This document addresses numerous questions regarding a government Request for Quotation (RFQ) for cleaning services, primarily focusing on hood and duct grease extraction systems at multiple RAF bases. Key issues clarified include accessibility for cleaning (K1 Roadhouse Grill is fully accessible), flexibility for cleaning operations running past scheduled hours, the definition and expected frequency of "emergency" cleans, and HAZMAT reporting requirements (site-specific COSHH assessments and monthly usage logs). The document also details contractor responsibilities for safety, such as road salt application and providing their own lighting and roof access equipment, adhering to UK safety standards for roof work, and prohibiting lone work. It specifies that individual CISRS certifications are sufficient and outlines the base access and vetting process, noting no expedited clearance. Other clarifications cover the provision of baseline system mapping, the coordination of access by individual site CORs, the government's lack of a preferred hazardous waste disposal contractor, and the acceptance of BESA TR19 guidelines for cleaning standards. Pricing schedule inquiries are addressed, confirming that quotes can be in GBP but will be converted to USD for evaluation. It also clarifies that RAF Lakenheath will be added to the Base Maintenance Contract and confirms the deletion of specific items from the PWS related to building 179.
Amendment 001 to Request for Quote (RFQ) No. FA558725Q0033 for Hoods & Ducts Cleaning Services extends the quote submission deadline by seven calendar days. The new deadline is October 13, 2025, with the submission time remaining 11:30 AM BST/10:30 AM GMT. An additional amendment, providing answers to contractor questions, will be issued before this revised deadline. This amendment was digitally signed by Aurora Salazar-Alas, Contracting Officer for the 48th Contracting Squadron, on September 29, 2025.
Amendment 002 for Request for Quote (RFQ) No. FA558725Q0033, titled "Hoods & Ducts Cleaning Services," extends the quote submission deadline by eighteen calendar days, from October 13, 2025, to October 31, 2025. The submission time remains 11:30 AM BST/10:30 AM GMT. Additionally, Ms. Yvonne Cooke has been added as a required Point of Contact (POC). All communications regarding the RFQ must now be directed to all three listed POCs: Nicholas Parsons, Aurora Salazar-Alas, and Yvonne Cooke. A further amendment, addressing contractor questions, will be issued before the new deadline.
This government solicitation, FA558725Q0033, is for Women-Owned Small Business (WOSB) contractors to provide Hoods & Ducts Cleaning Services for grease extraction systems across all RAF installations. The Request for Proposal (RFP) specifies a maximum award amount of USD 9,000,000.00 and is set aside for WOSB concerns, with a NAICS code of 561790. The contract spans from December 15, 2025, to December 14, 2030, and outlines services for small, medium, large, extra-large, and emergency cleaning systems. It incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including requirements for electronic invoicing via Wide Area WorkFlow (WAWF) and prohibitions on certain foreign-manufactured IT and telecommunications equipment. The document also details order limitations, with a minimum order of USD 100.00 and maximums of USD 300,000.00 for single items and USD 700,000.00 for combinations.
This government solicitation, FA558725Q0033, is for Women-Owned Small Business (WOSB) contractors to provide Hoods & Ducts Cleaning Services for Grease Extraction Systems at all RAF installations. The solicitation is issued by FA5587 48 CONS, with an offer due date of October 13, 2025, and a total estimated award amount of USD 9,000,000.00. The contract specifies a firm-fixed-price arrangement for various system sizes (small, medium, large, extra-large, and emergency cleanings). The period of performance is from December 15, 2025, to December 14, 2030. The document outlines detailed payment instructions via Wide Area WorkFlow (WAWF), various FAR and DFARS clauses, including those related to supply chain security, combating trafficking in persons, and prohibitions on certain foreign-manufactured equipment, and provides ordering and order limitation clauses for this indefinite-quantity contract.
This government solicitation, FA558725Q0033, is an Indefinite Quantity contract for Women-Owned Small Businesses (WOSB) to provide Hoods & Ducts Cleaning Services for Grease Extraction Systems at Royal Air Force (RAF) installations. The contract, valued at up to $9,000,000.00, runs from December 15, 2025, to December 14, 2030, with orders issuable until June 1, 2031. Services include cleaning small, medium, large, extra-large, and emergency hood and duct systems. The solicitation details the use of the Wide Area WorkFlow (WAWF) system for electronic payment requests and receiving reports, outlining document types and routing information. It also incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including those related to supply chain security, prohibitions on certain foreign procurements, and subcontracting requirements. Contractors must comply with these regulations, including prohibitions on specific hardware, software, and telecommunications equipment, and ensure timely reporting of supply chain issues. The minimum order is $100.00, and maximum order limits are set at $300,000.00 for a single item and $700,000.00 for a combination of items.
This Performance Work Statement outlines the requirements for non-personal services for the cleaning of hood and duct grease extraction systems at UK/US RAF Bases, including RAF Alconbury, Croughton, Fairford, Mildenhall, Molesworth, and Welford. The contractor must provide all necessary personnel, equipment, tools, and supervision to ensure the continuous and safe operation of these systems, adhering to NFPA 96, BESA TR19® Grease standards, and this PWS. Services include inspection, cleaning to bare metal, debris removal, and reinstallation of components. The contractor must maintain specific certifications and licenses, and comply with all applicable federal, regional, and local laws, and commercial safety standards. Key deliverables include cleanliness reports, cleaning checklists, schematic diagrams, and hazardous material usage logs. The contract runs from December 15, 2025, to December 14, 2030, and includes provisions for emergency cleanings, quality control, security, and environmental compliance, including strict protocols for hazardous materials and base access.
This Performance Work Statement (PWS) outlines the requirements for non-personal services to clean hood and duct grease extraction systems at various UK/US RAF bases. The contractor must provide all necessary personnel, equipment, and tools to ensure continuous and safe operation of these systems, adhering to NFPA 96 and BESA TR19® Grease standards. Key responsibilities include inspecting, cleaning to bare metal, documenting inaccessible areas and damage, and reporting modifications or repairs. The contractor is responsible for certifications, safety, contamination prevention, and submitting detailed reports and schedules. The contract period is five years, from December 2025 to December 2030, with performance at RAF Alconbury, Croughton, Fairford, Mildenhall, Molesworth, and Welford. Deliverables include cleanliness reports, cleaning checklists, schematic diagrams, and hazardous material usage logs. The PWS also details quality control, government quality assurance, base access, security, and environmental, health, and safety requirements.
This government file outlines the pricing schedule for Hoods & Ducts Cleaning Services (FA558725Q0033) across multiple Royal Air Force (RAF) bases in the UK: Alconbury & Molesworth, Croughton, Mildenhall, and Fairford & Welford. The schedule covers a base ordering period from December 2025 to December 2026, followed by four additional ordering periods extending through December 2030. Services are categorized into Small, Medium, Large, and Extra Large Systems Hoods & Ducts Cleaning, as well as Emergency Cleanings Call-Out. For each service type, a quantity is specified per base per ordering period, with unit costs currently listed as £0.00, indicating that pricing details need to be filled in by bidders. The document also includes a section for the Total Proposed Price and Total Evaluated Price, broken down by ordering period and service, with all current values set to zero. This attachment serves as a template for prospective contractors to submit their bids for these cleaning services.
The document is a pricing schedule (FA558725Q0033 Attachment 2) for Hoods & Ducts Cleaning Services across multiple RAF bases (Alconbury & Molesworth, Croughton, Mildenhall, and Farford & Welford) in the UK. It outlines the base ordering period (15 December 2025 - 14 December 2026) and four subsequent ordering periods (extending to 14 December 2030) for each base. Services are categorized by system size (Small, Medium, Large, Extra Large) and include Emergency Cleanings Call-Out. The schedule details the quantity for each CLIN (Contract Line Item Number) per period, with all unit costs currently listed as £0.00, indicating that this is a template for bidding. The overall structure suggests a request for proposal (RFP) or a similar procurement document for recurring maintenance services.
The “Past and Present Experience Questionnaire” is a government form designed to evaluate an offeror's performance on past contracts, likely for federal, state, or local RFPs and grants. It gathers general information about the offeror and project, customer respondent details, and specifies email addresses for submission. The core of the questionnaire is a performance evaluation matrix where respondents rate the offeror's performance across 17 criteria, using a scale of “Acceptable” or “Unacceptable.” These criteria cover management, staffing, quality control, timeliness, responsiveness, business relations, invoicing, training, pricing, and adaptability. The form also includes a section for overall performance rating and remarks, providing a comprehensive assessment of a contractor's capabilities and past conduct.