Hoods & Ducts Cleaning Services
ID: FA558725Q0033Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5587 48 CONS (ADMIN ONLY NO REQ)APO, AE, 09461-5120, USA

NAICS

Other Services to Buildings and Dwellings (561790)

PSC

HOUSEKEEPING- OTHER (S299)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for Hoods & Ducts Cleaning Services at various Royal Air Force (RAF) installations in the United Kingdom. The contractor will be responsible for cleaning grease extraction systems, including hoods, ductwork, and fans/motors, in compliance with NFPA 96 and BESA TR19® Grease standards, ensuring the systems' continuous and safe operation. This contract, valued at up to $9,000,000, spans from December 15, 2025, to December 14, 2030, with a quote submission deadline extended to October 31, 2025. Interested parties should direct inquiries to Aurora Salazar-Alas or Nicholas Parsons via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    J041--Kitchen Hood Cleaning
    Buyer not available
    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.
    Parts Washer Cleaner Services BPA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide parts washer cleaning services through a Blanket Purchase Agreement (BPA). The primary objective of this procurement is to ensure the effective maintenance and cleaning of parts washers as required by the Air Force, which is crucial for maintaining operational efficiency and equipment reliability. Interested parties should note that the solicitation period has been extended to December 8, 2025, at 1:30 PM CST, and they can reach out to Kodei Calvin at kodei.calvin@us.af.mil or by phone at 850-884-7619 for further inquiries.
    Custodial Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for custodial services at Lajes Field in the Azores, Portugal, under solicitation FA448626R0001. The contractor will be responsible for providing all management, tools, equipment, and labor necessary to maintain a clean and professional facility appearance, adhering to established cleaning frequencies and standards as outlined in the Performance Work Statement (PWS). This contract, valued at approximately $22 million, includes a base period from April 2026 to November 2026, with four additional one-year option periods extending through November 2030. Interested parties, particularly Women-Owned Small Businesses (WOSB), should direct inquiries to Claudia Silva at claudia.silva.pt@us.af.mil, and must submit their proposals by the specified deadlines, including a Past Performance Questionnaire due by January 20, 2026.
    DUCT,FLEXIBLE
    Buyer not available
    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.
    Fire Suppression Systems Maintenance Services for Joint Base San Antonio Fort Sam Houston
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Fire Suppression Systems Maintenance Services at Joint Base San Antonio Fort Sam Houston. The contractor will be responsible for the inspection, testing, maintenance, and repair of fire suppression systems across multiple facilities, ensuring compliance with manufacturer specifications and NFPA standards. This contract is critical for maintaining safety and operational readiness, with an estimated total value of $12.5 million over a five-year period, from January 2026 to December 2030. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Chad Olson at chad.olson.4@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    Vent Duct
    Buyer not available
    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.
    Fuel System Component Test Stand
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of a Fuel System Component Test Stand under solicitation FA812526Q0010. The procurement includes the design, installation, calibration, and training associated with the test stand, which is critical for aircraft engine maintenance and repair operations. The contract is structured as a Firm Fixed Price arrangement, with a performance period from January 16, 2026, to January 15, 2028, and proposals are due by December 19, 2025. Interested vendors must have a valid DD2345 and be registered in the JCP Portal to access controlled documents, and they can reach out to Sheridan Robison at sheridan.robison@us.af.mil for further inquiries.
    Edwards AFB Fire Suppression Maintenance 2026
    Buyer not available
    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.
    DISHWASHER MACHINE LEASE AND MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is soliciting proposals from Women-Owned Small Businesses (WOSB) for a firm, fixed-price lease agreement for a dishwashing machine, along with maintenance services, at the Naval Station Everett Galley. The contract will cover a base year from January 2026 to January 2027, with four additional 12-month option years extending through January 2031, and includes requirements for monthly preventive maintenance, 24-hour on-call service with a 2-hour response time, and on-site training. This procurement is critical for maintaining operational efficiency in food service operations, ensuring that the galley can meet its sanitation and service standards. Interested contractors should contact Jennifer Boyle at jennifer.l.boyle16.civ@us.navy.mil for further details, and must adhere to various security requirements and invoicing protocols as outlined in the solicitation posted on November 26, 2025.
    USCGC BERTHOLF EXHAUST COMMERCIAL CLEANING
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide commercial cleaning services for the exhaust piping system of the USCGC BERTHOLF. The project involves cleaning the exhaust piping and stack uptakes for two Caterpillar 3512B Ship Service Diesel Generators, ensuring that one generator remains operational throughout the process, and requires adherence to specific Coast Guard drawings and safety regulations. This procurement is a total small business set-aside under NAICS Code 336611, with proposals due by December 10, 2025, at 0800 Pacific Time. Interested vendors can contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil for further information.