Duct Cleaning Bldg 1515
ID: FA440724QJC03Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4407 375 CONS LGCSCOTT AFB, IL, 62225-5015, USA

NAICS

Other Services to Buildings and Dwellings (561790)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

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 duct cleaning services at Building 1515, Scott Air Force Base, Illinois. The contractor will be responsible for providing all necessary equipment, labor, and materials to clean a total of 197 cold air ducts across the first and second floors, which encompass a combined area of 32,241 square feet. This procurement is crucial for maintaining the HVAC system's efficiency and ensuring a safe working environment, with work expected to be completed within 30 days of the order receipt. Interested small businesses must submit their proposals by September 16, 2024, and can direct inquiries to primary contact Jin Chung at jin.chung.2@us.af.mil or secondary contact Tyler Murphy at tyler.murphy.3@us.af.mil.

    Files
    Title
    Posted
    This statement of work outlines a contract for duct cleaning services designated for Building 1515 at Scott AFB, IL, covering all supply and return ducts on the first and second floors. The contractor will handle all necessary equipment and materials, ensuring the site is cleaned of debris post-service. Work hours will be Monday to Friday, from 0700 to 1700, with scheduling agreed upon in advance. The contractor must ensure personnel undergo background checks and have valid credentials, adhering strictly to security protocols, especially in controlled or restricted areas. Proper identification badges are required for contractor employees, and all government property must be safeguarded. The document specifies operational procedures, including a walk-through upon completion to ensure service satisfaction and that any issues are addressed before project closure. Overall, the RFP emphasizes the need for compliance with federal regulations and a commitment to maintaining safety and accountability at the installation.
    The document is a solicitation for proposals and contains various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses that apply to contractors seeking to engage with the government. It outlines requirements relating to compensation of former Department of Defense (DoD) officials, employee whistleblower rights, compliance with safeguarding controls, and cyber incident reporting. Key sections detail the process for electronic submission of payment requests through the Wide Area Workflow (WAWF) system, evaluation criteria for bids based on price, technical capability, and past performance, as well as mandatory representations regarding the business status, compliance with child labor standards, and certification of no restricted business operations in Sudan. The structure of the document includes incorporated clauses in full text and references to additional compliance requirements for prospective contractors. Overall, it emphasizes government accountability, ethical standards in procurement, and the protection of sensitive technologies, aiming to ensure fairness and compliance in federal contracting practices.
    The provided document outlines HVAC (Heating, Ventilation, and Air Conditioning) designs for a first-floor plan, including specifications for air distribution systems, ductwork, and equipment placement. It features detailed annotations on duct dimensions, air distribution units, and mechanical features necessary for effective climate control and operational safety in a building. Key elements include supply and return air ducts, sound attenuators, fire dampers, and various mechanical components crucial for energy efficiency and comfort. It emphasizes compliance with standards and detailed logistical notes for construction execution, such as the need for high placement of ductwork to avoid structural obstructions and installation of emergency shutoff switches. The document serves as a comprehensive design framework for contractors and engineers responding to federal and local Requests for Proposals (RFPs) or grants, ensuring the building meets regulatory requirements and operational efficiency.
    The document outlines a series of Requests for Information (RFIs) concerning a duct cleaning project for Building 1515, as part of a federal agency's procurement process. The RFI responses provide key details about the HVAC system, including one large HVAC unit with 107 vents on the first floor and 90 on the second. There are no prior contracts awarded for this project, and no current contractors working on it. The ceiling height is noted to be 9 feet, with no preferred cleaning system or requirement for contractors to be certified by the National Air Duct Cleaner Association. Major considerations include microbial growth checks, risk assessments for an active office area, and the cleaning of all components of the HVAC system. It is confirmed that the job can be done after hours or on weekends, and compliance with OSHA regulations is mandatory. Additionally, bidders must be NADCA certified to meet industry standards. The response to past performance is based on lowest price and technical acceptability per government procurement guidelines. Overall, the document serves as a comprehensive outline of expectations and requirements for potential contractors participating in the RFP process related to duct cleaning and remediation.
    The 375th Contracting Squadron at Scott AFB, IL, is soliciting proposals through a Request for Quotation (RFQ) for duct cleaning services in Building 1515, encompassing the first and second floors. Interested vendors must be small businesses, with proposals due by September 16, 2024. The work must be completed within 30 days following the receipt of order. The RFQ is structured according to FAR regulations and emphasizes compliance with the AbilityOne Program, encouraging subcontracting with nonprofit agencies that employ individuals with disabilities. The solicitation outlines the requirement for the contractor to provide all necessary equipment, labor, and materials to perform duct cleaning, detailing the cleaning of 107 and 90 cold air ducts on the respective floors, along with cleanup responsibilities. It includes provisions for identifying authorized personnel for base access and the necessary operational compliance procedures. A site visit for potential bidders is scheduled for September 10, 2024, necessitating prior registration. The government will evaluate bids primarily based on price and technical acceptability, with a specific emphasis on meeting all outlined requirements by the deadline. This procurement reflects a commitment to maintain serviceable infrastructure while ensuring compliance with federal regulations and support for small businesses.
    The document outlines the mechanical design specifications for an HVAC system in a federal construction project, emphasizing the installation and layout of various ductwork and piping. Key elements include the connection of supply and exhaust ducts, incorporation of fire dampers, and installation of in-line fans, all while maintaining compliance with safety standards. Specific instructions detail duct sizes, locations, and support structures, including vibration isolation for equipment and the necessary provisions for air relief and return systems. The design requires coordination with structural elements like roof trusses to facilitate duct passage and ensure space for maintenance access. The emphasis on fire safety, including dampers and proper air handling, aligns with federal regulations for building safety standards. This document serves as a technical guide for contractors tasked with implementing HVAC solutions in government facilities, ensuring functionality and adherence to logistical and safety guidelines throughout the construction process.
    The "Register of Wage Determinations Under the Service Contract Act" outlines the wage and hour requirements for federal contracts under the Service Contract Act (SCA). It mandates that contractors must pay covered workers at least the minimum wage established under Executive Orders 14026 and 13658, which are $17.20 and $12.90 respectively, depending on the contract date relative to January 30, 2022. The document details wage rates for various occupations across designated counties in Illinois and Missouri, listing specific roles with corresponding pay rates and fringe benefits, including health care and paid sick leave under Executive Order 13706. It covers comprehensive employee benefits including health and welfare, vacation time, and paid holidays. The file also explains the process for conforming unlisted occupations, outlining requirements for contractors to seek authorization for additional classifications. Overall, this register serves as a critical reference for compliance with wage regulations and protecting worker rights in federal contracts, reflecting the government's commitment to fair labor standards within state and local RFPs.
    Lifecycle
    Title
    Type
    Duct Cleaning Bldg 1515
    Currently viewing
    Solicitation
    Similar Opportunities
    355TH CES Building 2300 Complete Duct Cleaning Service
    Active
    Dept Of Defense
    The Department of Defense, through the 355th Civil Engineering Squadron, is seeking a qualified contractor to provide complete duct cleaning services for Building 2300 at Davis-Monthan Air Force Base in Tucson, Arizona. The project entails a one-time service that includes cleaning ductwork, supply and return registers, blower motors, and assembly fans, as well as replacing air filters, all while ensuring minimal disruption to the facility's operations. This service is crucial for maintaining air quality and operational efficiency within the building, which spans over 56,000 square feet and primarily serves as office space. Interested small businesses must submit their quotes by September 20, 2024, and can direct inquiries to Jeffrey Dreyer at jeffrey.dreyer@us.af.mil or by phone at 520-228-4830. Compliance with wage determinations and environmental regulations is mandatory, and contractors are encouraged to refer to the attached Performance Work Statement for detailed requirements.
    99 CES Hoods and Ducts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for janitorial services focused on cleaning exhaust systems at Nellis Air Force Base (AFB) in Nevada. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform thorough cleaning of hood and duct exhaust systems at various food service facilities, ensuring compliance with safety and operational standards. This contract is crucial for maintaining food safety and operational readiness within military installations, with a performance period from October 16, 2024, to October 15, 2025, and the possibility of four additional option years. Interested small businesses must submit their proposals, including a completed Bid Schedule, by September 30, 2024, and can direct inquiries to Tiffany Jones at tiffany.jones.33@us.af.mil or Rachel Tilley at rachel.tilley.1@us.af.mil.
    Hoods & Duct Cleaning
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide hood and duct cleaning services at F.E. Warren Air Force Base in Wyoming. The procurement involves comprehensive cleaning and inspection of kitchen exhaust systems, adhering to National Fire Protection Association standards, with a contract value of approximately $9 million over multiple years, starting from January 2025. These services are critical for maintaining operational safety and compliance within military facilities, ensuring that essential cleaning operations continue uninterrupted, especially during emergencies. Interested contractors must submit their written quotations by October 3, 2024, and can direct inquiries to Contract Specialists Kyra Niece or Shane Yurkus via the provided contact information.
    Vent Cleaning Services
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Puget Sound, is soliciting proposals for vent cleaning services aboard a naval vessel in Sasebo, Japan. The contract, identified by solicitation number N0040624R0048, requires firm-fixed-price HVAC system cleaning, inspections, and reporting, with services to be performed between September 30 and December 4, 2024. This procurement is crucial for maintaining operational readiness and compliance with safety and environmental regulations, emphasizing the Navy's commitment to high standards in service delivery. Proposals are due by September 20, 2024, and must be submitted via email to the designated contracting officer, Jeremy Wells, at jeremy.a.wells.civ@us.navy.mil.
    820 RHS Ducting Design
    Active
    Dept Of Defense
    The Department of Defense, specifically the 99th Contracting Squadron of the Department of the Air Force, intends to award a sole-source purchase order for specialized Ducting Design services. This procurement is necessitated by the unique quality requirements that can only be met by one vendor, emphasizing the specialized nature of the supplies needed. Interested vendors must submit a capability statement that includes technical data and cost information by September 23, 2024, at 08:00 AM Pacific Time, with a maximum attachment size of 10 MB. All submissions should be sent via email to 1st LT Vincent McDonough at vincent.mcdonough.2@us.af.mil, as the government will determine whether to proceed with competitive bidding based on the responses received.
    Renovate HVAC for B950 Phase 1
    Active
    Dept Of Defense
    The Department of Defense, through the 325th Contracting Squadron, is seeking small businesses capable of providing HVAC renovation services for Building 950 at Tyndall Air Force Base in Florida. This Sources Sought Notice aims to identify qualified contractors to undertake the first phase of HVAC renovations, which includes the replacement of air handling units, ductwork, and the installation of control panels, all necessitated by the building's immediate repair needs. The project is critical for maintaining operational efficiency and compliance with safety standards, and it will follow a Design-Build delivery method to minimize disruption to base activities. Interested vendors must submit their capabilities and relevant information by September 30, 2024, to the designated contacts, SSgt Benjamin Spear and Bernard D. Husted, whose contact details are provided in the notice.
    DFAC Cleaning and Food line services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Maryland Air National Guard, is seeking small business vendors to provide janitorial and food line services during monthly Unit Training Assemblies. The contractor will be responsible for all personnel, supervision, and services necessary for kitchen cleaning and food serving, as outlined in the Statement of Work (SOW). This opportunity is a total small business set-aside under NAICS code 561720, with a size standard of $22 million, emphasizing the importance of compliance with federal guidelines in proposal submissions. Interested vendors must submit their proposals via the solicitation module in PIEE by the deadline, with all questions due by September 18, 2024, directed to Michael Dombkiewicz at michael.dombkiewicz.1@us.af.mil or by phone at 410-918-6218.
    DUCT, ASSEMBLY, AIR | 11F | C-5
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for an indefinite quantity contract (IQC) for the procurement of Duct, Assembly, Air, specifically for the C-5 aircraft. The contract will cover a base period of five years with an estimated annual quantity of 12 units, and delivery is expected 550 days after the date of order. This procurement is crucial for maintaining the operational capabilities of the C-5 aircraft, which relies on effective air conditioning, heating, and pressurizing equipment. Interested vendors can access the solicitation on the DLA Internet Bid Board System (DIBBS) around October 4, 2024, and should direct inquiries to Ryan Loeffelholz at ryan.loeffelholz@dla.mil or by phone at 804-279-1452.
    DUST COLLECTOR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Rock Island, is soliciting proposals for a dust collector to support operations at the Rock Island Arsenal’s Joint Manufacturing and Technology Center. The procurement aims to acquire a system that effectively manages nuisance dust generated during rubber manufacturing processes, ensuring compliance with safety and operational standards. This initiative is critical for maintaining air quality and operational readiness within specialized manufacturing environments. Proposals must be submitted by September 20, 2024, with a mandatory site visit scheduled for September 12, 2024. Interested vendors can contact John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL for further details.
    16--DUCT,RAM AIR,INLET, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of Duct, Ram Air, Inlet components. The procurement involves the repair of 15 units, with a focus on returning these items to a Ready for Issue (RFI) condition, ensuring they meet specified quality and operational standards. These components are critical for aircraft systems, emphasizing the importance of reliable and efficient air conditioning, heating, and pressurizing equipment in military operations. Interested contractors should contact Dillon Ketterman at 215-697-2995 or via email at DILLON.KETTERMAN@NAVY.MIL for further details, with proposals expected to adhere to the outlined requirements and timelines.