Hoods & Ducts Inspection and Cleaning Services
ID: FA441825Q0029Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4418 628 CONS PKJOINT BASE CHARLESTON, SC, 29404-5021, USA

NAICS

Other Services to Buildings and Dwellings (561790)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FOOD PREPARATION AND SERVING EQUIPMENT (J073)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Hoods & Ducts Inspection and Cleaning Services at Joint Base Charleston in South Carolina. The procurement aims to ensure compliance with safety and environmental standards by providing thorough inspections and cleaning of kitchen hood and duct exhaust systems, adhering to NFPA 96 regulations. This service is critical for maintaining operational efficiency and safety in military kitchens, with a contract period extending from October 1, 2025, to September 30, 2030, and a total contract value yet to be determined. Interested small businesses must attend a mandatory site visit on May 22, 2025, submit written questions by May 26, 2025, and provide their quotes by June 12, 2025, with all inquiries directed to Contract Specialist Stephanie R. Woods at stephanie.woods.7@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the bid schedule for the maintenance services of hoods and ducts at various facilities from October 2025 through September 2030. It specifies a base year and four option years, with a total contract value currently listed as $0.00. The contractor is instructed to provide detailed information about required services on designated worksheets related to each contract year. A breakdown of essential facilities is provided, detailing various buildings such as dining facilities, chapels, and community centers, along with related kitchen equipment specifications. The document also notes the cleaning frequency and cost per service for inspection and cleaning tasks. This RFP appears to be part of a broader effort to ensure operational standards and safety compliance across federal and state facilities by establishing structured maintenance procedures for operational equipment.
    The government document FA441825Q0029 outlines the requirements and clauses relevant to contractors engaged in federal procurement. It highlights essential clauses related to the Department of Defense (DoD) including regulations on compensation for DoD officials, whistleblower rights, and safeguarding defense information. The document also features instructions for using the Wide Area Workflow (WAWF) system for electronic submission of payment requests and receiving reports, emphasizing the importance of compliance with payment and reporting clauses. Additionally, it addresses contractor responsibilities concerning domestic commodity preferences, prohibitions on dealings with certain foreign regimes, and representation requirements regarding telecommunications equipment. The document also outlines various provisions concerning small businesses, including those owned by veterans and women, emphasizing equal opportunity and compliance with federal labor standards. Overall, the file serves as a comprehensive guide for contractors, detailing their obligations and the regulatory framework governing federal contracts, ensuring adherence to established guidelines and promoting transparency and ethical practices in federal acquisitions.
    This document is the "Register of Wage Determinations" under the Service Contract Act, specifying the wage rates and fringe benefits required for various occupations in South Carolina, effective for contracts from 2025. It outlines minimum wage obligations under Executive Orders 14026 and 13658, potentially mandating hourly rates of $17.75 or $13.30 depending on the contract award date and status. The document also details health and welfare benefits, vacation, holidays, and compliance requirements for federal contractors, as well as instructions for classifying unlisted job titles with a conformance request process.
    The Joint Base Charleston (JBC) contract outlines the provision of inspection and cleaning services for hood and duct exhaust systems at two military installations in South Carolina. The purpose is to ensure compliance with safety and environmental standards, including adherence to NFPA 96 regulations. The contractor must conduct inspections at specified frequencies based on the cooking volume of each facility, delivering inspection checklists, reports, and logs. Additionally, thorough cleaning must be performed to eliminate grease and ensure operational efficiency, with deliverables including cleaning reports and logs. The contractor is responsible for reporting deficiencies, communicating with facility managers, and maintaining rigorous health and safety compliance. Deliverables also include safety and environmental compliance plans, monthly performance reports, and a quality control plan. Security requirements dictate personnel screening and antiterrorism training for contractors. The document emphasizes the need for effective communication, meticulous record-keeping, and adherence to state and federal regulations, reinforcing the importance of professional service delivery for safe kitchen operations in military settings. Overall, this performance work statement ensures the maintenance of critical safety standards and operational readiness at Joint Base Charleston.
    The document provides a base map viewer for Joint Base Charleston, managed by the City of Charleston and Charleston County GIS. It includes a reference to geographical coordinates (longitude -80.084, latitude 32.907) and notes a measurement or radius of 600 feet, likely indicating the map's scale. The content emphasizes that unauthorized reproduction, distribution, or publication of the map is prohibited, underscoring the importance of intellectual property rights. It serves as a tool for users to find specific addresses or places within the defined geographical boundaries. While the document lacks extensive detail, it is central to urban planning and local governance, potentially facilitating access to geographic information systems (GIS) for federal, state, and local stakeholders engaged in various projects, including mapping and analyzing land usage or infrastructure. Overall, it reflects the City and County's commitment to providing essential geographic resources while protecting proprietary information.
    The document pertains to the Joint Base Charleston Base Map Viewer, which integrates data from various authoritative sources, including the City of Charleston, Charleston County GIS, Esri, HERE, Garmin, Intermap, and governmental agencies such as USGS, EPA, and USDA. It highlights multiple geographic coordinates, presenting detailed maps with specified viewing distances of 600ft and 300ft for users to locate addresses or places accurately. Access to this base map is restricted to authorized individuals, and unauthorized reproduction is prohibited. The purpose of the map viewer is to provide a comprehensive mapping tool for better spatial understanding and planning related to Joint Base Charleston, facilitating informed decision-making while ensuring compliance with relevant regulations. The collaborative nature of the data sources suggests a robust framework for local and federal planning initiatives.
    The document outlines various kitchen renovation projects and equipment inventories across multiple facilities at Joint Base Charleston, emphasizing the upgrades necessary for operational efficiency and compliance with safety standards. Key facilities, including the AB Fire Department, Bowling Alley, Child Care Center, and Dining Facility (DFAC), are highlighted, detailing the installation or replacement of kitchen hoods, ranges, convection ovens, and fryers. Each section indicates specific equipment, its expected specifications, and plans for future enhancements. Additional areas, such as the Golf Course and Community Centers, are noted for their equipment status, with some currently serving limited food offerings or lacking operational functionality. The document emphasizes the ongoing renovations and equipment assessments while noting facilities that have not been operational since COVID-19, as well as those where equipment has been removed without updates. This inventory is crucial for guiding future federal and state investment, ensuring that facilities meet current health and operational standards while enhancing food service capabilities across the base.
    The document pertains to a Request for Proposal (RFP) FA441825Q0029 for Hoods and Ducts Inspection and Cleaning Services, indicating that it is a follow-on contract following a previous contract (FA441821C0003). The incumbent contractor was Protect Kitchen Exhaust Cleaning, LLC, which held a total contract value of $286,350 over a base year with four option years. Inquiries from potential bidders included requests for access to specific solicitation documents, clarification on service delivery units, and questions about the physical characteristics of the buildings involved. The entity confirmed that the service delivery documents apply to buildings using solid fuels, and it clarified that the buildings are not all flat-roofed. Overall, this Q&A document serves to provide transparency and foster communication between the government and potential bidders, thus facilitating an informed bidding process.
    The document outlines a Request for Quotation (RFQ) for Hoods & Ducts Inspection and Cleaning Services, identified as FA441825Q0029, aimed exclusively at small businesses under NAICS code 561790. The contractor will be responsible for comprehensive cleaning and inspection of kitchen hood and duct exhaust systems at Joint Base Charleston in South Carolina, with a performance period extending from October 1, 2025, to September 30, 2030, including various options for extension. Prospective bidders must attend a mandatory site visit on May 22, 2025, and submit written questions by May 26, 2025. Quotes are due by June 12, 2025. The evaluation of proposals will emphasize past performance over price, requiring bidders to provide references for similar projects. The solicitation includes details on pricing submission, required documentation, and evaluation criteria. Contract award will be based on criteria of price and recent relevant past performance, with the expectation of high standards regarding contractor reliability and execution of services. This RFQ reflects the government's intent to ensure efficient service provision in compliance with federal acquisition standards while promoting small business participation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J041--Kitchen Hood Cleaning
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 19, is seeking qualified contractors for Kitchen Hood Cleaning services at the Cheyenne VA Medical Center in Wyoming. The procurement requires comprehensive cleaning and inspection of kitchen exhaust systems, adhering to NFPA 96 and IKECA standards, with services to be performed quarterly and coordinated with facility operations. This contract is crucial for maintaining safety and compliance in kitchen environments, ensuring that all systems are free from grease and other deposits that could pose fire hazards. Interested small businesses must respond to the solicitation by December 15, 2025, at 4:30 PM Mountain Time, and can contact Contracting Officer Aaron Thurber at aaron.thurber@va.gov or 303-712-5745 for further details.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    Vent Duct
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Portsmouth), is seeking bids for the procurement of various types of vent ducting, specifically under the solicitation SPMYM326Q4011. The requirement includes a range of vent duct products, such as R-3 Blue – Fire Retardant PVC hoses, which are crucial for ensuring efficient airflow and fire safety in military applications. This opportunity is set aside for small businesses, with quotes due by December 15, 2025, at 10:00 AM EST, and must include compliance with federal acquisition regulations, including the Buy American Act. Interested vendors should contact Gary Chandler at gary.1.chandler@dla.mil for further details and ensure they are registered in SAM to participate in the bidding process.
    DUCT,FLEXIBLE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Maritime - Puget Sound, is soliciting bids for the procurement of flexible ducts, specifically designed for the U.S. Navy. The required ducts must meet specific material specifications, including being black, 2-ply polyester/neoprene coated with a spring steel wire helix, and must be UL-94-V-0 listed and labeled as "FIRE RESISTANT PROPERTY OF US NAVY." This procurement is critical for ensuring the operational readiness and safety of naval equipment, with delivery scheduled to the Puget Sound Naval Shipyard IMF in Bremerton, Washington, in January and February 2026. Interested vendors, particularly those classified as Women-Owned Small Businesses (WOSB), must submit their quotes and comply with various requirements, including registration in SAM.gov and adherence to specified FAR and DFARS clauses, with all inquiries directed to Naomi Larson at naomi.larson@dla.mil.
    FY26 Carpet Cleaning BPA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for carpet cleaning services at Hanscom Air Force Base (HAFB) in Massachusetts. The contractor will be responsible for providing all labor, materials, and equipment necessary for carpet cleaning, which includes vacuuming, spot cleaning, and hot water extraction, using environmentally friendly products that meet specific certification standards. This procurement is significant as it covers over one million square feet of administrative office space and emphasizes compliance with safety and environmental controls. Interested small businesses must submit their quotes by January 5, 2026, at 1:00 PM ET, and can contact Clarissa Baker or Kristin Morrison for further information.
    Commercial Cleaning Ventilation CGC Forward
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a commercial cleaning and inspection project of the ventilation systems aboard the USCGC FORWARD (WMEC 911) in Portsmouth, Virginia. The primary objective is to enhance airflow, improve air quality for the crew, and ensure ship safety by reducing fire hazards through thorough cleaning of various ventilation systems, including those in the engine room, galley, pantry, and laundry areas. This contract is set aside for small businesses and includes a 14-day base period with four option periods, requiring contractors to provide qualified personnel, a project manager, and adhere to strict security and reporting guidelines. Interested parties should contact Kyler Madison at kyler.d.madison@uscg.mil or 571-610-5345 for further details.
    USCGC Kanawha Dock Side Exhaust Cleaning
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the cleaning of the exhaust system onboard the USCGC Kanawha, with the contract being set aside for small businesses. The selected contractor will be responsible for providing all necessary labor, materials, and equipment to complete the cleaning as outlined in the attached Statement of Work (SOW) and associated ship drawings. This procurement is critical for maintaining the operational efficiency and safety of the vessel, ensuring compliance with industry standards. Interested vendors must submit their quotes by January 9, 2026, with questions due by January 8, 2026, and can contact Mr. Justin Austin at Justin.c.austin@uscg.mil or 985-273-4082 for further information.
    Edwards AFB Fire Suppression Maintenance 2026
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    Solicitation Protective Coating and Marking Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Protective Coating and Marking Services at Joint Base Andrews (JBA) in Maryland. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform tasks such as airfield rubber removal, striping of airfields, streets, and parking lots, as well as maintaining protective coatings and signs across JBA and its surrounding sites. This procurement is critical for maintaining the operational integrity and safety of airfield and pavement markings, which are essential for military operations. Interested contractors, particularly those that are Service-Disabled Veteran-Owned Small Businesses, must register in the System for Award Management (SAM) and submit a Base Access Letter by December 17, 2025, to attend a site visit scheduled for December 19, 2025. The contract has a maximum ceiling of $9.5 million and a minimum order of $2,000, with proposals due by January 7, 2026. For further inquiries, potential bidders can contact Cameron Cox at cameron.cox.8@us.af.mil or Allen Tang at allen.tang@us.af.mil.
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking qualified contractors for the maintenance and inspection of the Fire Department Burn House and firefighting training props at Schriever Space Force Base (SSFB) in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association standards and manufacturers’ specifications, including annual inspections and emergency repairs. This total small business set-aside contract is structured for a single annual maintenance visit with options for up to four additional years, with quotes due by January 9, 2026, and questions accepted until December 29, 2025. Interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further details.