Building 763 Air Duct Cleaning
ID: FA480025QA020Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4800 633 CONS PKPLANGLEY AFB, VA, 23665, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

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 air duct cleaning services at Building 763, Langley Air Force Base, Virginia. The procurement aims to ensure the cleanliness and efficiency of HVAC systems, requiring contractors to perform thorough inspections and cleaning while adhering to health and safety protocols. This project is critical for maintaining air quality and compliance with federal safety regulations, and it is set aside for small businesses under NAICS code 238220. Interested vendors must submit their proposals by 8:00 am EST on January 24, 2025, and can direct inquiries to Aaron Edgell at aaron.edgell@us.af.mil for further clarification.

    Point(s) of Contact
    Files
    Title
    Posted
    The JBLE Form 1, dated May 2024, serves as a Base Access Request document intended for individuals seeking installation access to Joint Base Langley/Eustis (JBLE) for guest installations or events, aligned with security protocols. It is governed by Title 10, United States Code 8012, and aims to assist security personnel in vetting access requests. Disclosure of information is voluntary but necessary for approval. The document outlines special security requirements for foreign visitors, emphasizing prior coordination with the Air Force Office of Special Investigations (AFOSI) and the necessary documentation, including passport and DoD ID copies. The form is structured into three sections: Sponsor Information, Access Details, and Visitor Center Use. Sponsors must provide personal identification details and justification for access, including timeframe and specific reasons for the visit. The form mandates thorough completion to ensure security vetting processes, including criminal history checks. Access requests for foreign visitors require advance submission, and all badges must be returned upon contract termination or employment cessation. This form streamlines access management while ensuring compliance with security measures, illustrating the military's commitment to maintaining safe operational environments.
    This document is a combined synopsis/solicitation for commercial items related to air duct cleaning at Building 763, Langley AFB, VA, issued through the Federal Acquisition Regulation (FAR) using Simplified Acquisition Procedures. The Request for Quote (RFQ) number is FA4800-25-Q-A020, and the solicitation is set aside for small businesses. The contractor must provide new equipment only, with no refurbished items accepted. Proposals will be evaluated on a Lowest Price Technically Acceptable basis, and vendors must submit both a detailed capabilities statement and a price breakdown. Quoting vendors must be registered in the System for Award Management (SAM), with a submission deadline of 8:00 am EST on 24 January 2025. The solicitation includes numerous FAR/DFARS clauses that the contractor must comply with, including a prohibition on contracting with firms convicted of felony offenses or having unpaid federal tax liabilities. The document outlines evaluation criteria, submission instructions, and specifics regarding pricing and technical acceptability, reinforcing the need for adherence to federal procurement standards. Overall, the solicitation reflects the government's commitment to transparency and fairness in contracting processes for services required by federal facilities.
    The document addresses specific requirements related to duct cleaning services for certain locations. It seeks confirmation on several key points: first, that hard surfaces, such as walls and ceilings, do not need to be cut into for cleaning purposes, with all ductwork situated in either a drop tile or open ceiling; second, that no testing or air monitoring is needed, only visual inspections are mandated; third, that the task involves cleaning only, with no repairs or replacements required; and lastly, it questions whether duct cleaning has previously occurred at these sites, indicating a lack of available records on past cleaning activities. This information is critical for compliance in the context of government procurement processes, emphasizing efficiency and clarity in project requirements while minimizing disruption during the cleaning process.
    The document outlines the Statement of Work (SOW) for cleaning the heating, ventilating, and air conditioning (HVAC) systems at Building 763, Langley Air Force Base, VA. It specifies qualifications for contractors, requiring certification from the National Air Duct Cleaners Association (NADCA) and experience in HVAC cleaning. Key tasks include comprehensive cleaning of various HVAC components, ensuring compliance with NADCA standards, and conducting thorough inspections to verify cleanliness. The work must be performed outside normal operating hours and include securing the site and preventing debris dispersal. Health and safety protocols are emphasized, aligning with OSHA regulations, to protect workers and building occupants. Furthermore, the contractor is responsible for handling pre-existing damage and must provide a post-project report detailing project success and any repairs needed. These stipulations reflect the government’s commitment to maintaining high indoor air quality and system efficiency in federal buildings, highlighting the importance of meticulous HVAC maintenance in public health administration.
    This Statement of Work outlines the requirements for cleaning the HVAC systems at Building 763, Langley AFB, VA. It emphasizes the necessity for qualified contractors who are members of the National Air Duct Cleaners Association (NADCA) and have specific certifications. The project involves a comprehensive scope of work which includes system inspections, cleaning of various HVAC components, and ensuring occupant safety during cleaning operations. Contractors must perform thorough cleaning using specified methodologies, ensuring that all systems achieve cleanliness verification through visual inspections and gravimetric analysis. Health and safety protocols must be adhered to, including suitable debris disposal, and any damaged components must be documented and reported before work commences. The final report post-cleaning will detail the success of the project and any required repairs identified during the process. Overall, this document serves to establish a clear framework for maintaining air quality and equipment standards within the federal facility’s HVAC systems as part of broader compliance with safety and health regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Mold and Asbestos Remediation at Vance AFB F713-111
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Service, LLC, is seeking proposals for mold and asbestos remediation services at Vance Air Force Base in Enid, Oklahoma. The project involves the abatement of hazardous materials in Room 111 of Facility 713, requiring contractors to provide supervision, labor, equipment, and materials while adhering to strict safety and environmental regulations. The total performance period for the project is 75 calendar days, including a 30-day work completion timeframe, and proposals must be submitted electronically by January 5, 2026, at 10:00 AM to the primary contact, Betty S. Kliewer, at betty.kliewer.ctr@us.af.mil. Interested vendors must ensure their registration with the System of Award Management (SAM) is current and complete the necessary vendor paperwork prior to award.
    Kitchen Ventilation Hoods Cleaning Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide kitchen ventilation hoods cleaning services at Fort Leonard Wood, Missouri. The objective is to ensure safe and operational kitchen hood ventilation systems across various facilities, with a contract period expected to last up to five years, including one base year and four option years. This procurement is crucial for maintaining compliance with safety and operational standards, as the contractor will be responsible for all personnel, labor, equipment, and materials necessary for the cleaning services, adhering to local, state, and federal regulations. Interested parties must submit a capabilities statement by 4 PM CST on December 29, 2025, to Zackery Zakhireh at zackery.m.zakhireh.civ@army.mil, as this opportunity is set aside for small businesses under the NAICS code 561790.
    Mold and Asbestos Remediation Vance AFB F713-112
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Service, LLC, is seeking proposals for mold and asbestos remediation services at Vance Air Force Base in Enid, Oklahoma. The project, identified as FP1023093, involves the abatement of hazardous materials in Room 112 of Facility 713, requiring contractors to provide supervision, labor, equipment, and materials while adhering to strict safety protocols. This remediation is crucial for maintaining a safe environment and compliance with health regulations. Proposals must be submitted electronically to Betty S. Kliewer at betty.kliewer.ctr@us.af.mil by January 5, 2026, at 10:00 AM, with quotes valid for 60 days. Interested vendors must also ensure their registration with the System of Award Management (SAM) is current and complete necessary vendor paperwork prior to award.
    Small Composite Cleanroom Modification
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the modification of a Small Composite Cleanroom at Tinker Air Force Base in Oklahoma. The project involves furnishing and installing an Environmental Control Air Handling Unit, along with various associated systems such as overhead ducted systems, vacuum ports, and a drainless eye wash station, all designed to enhance the cleanroom's operational capabilities. This procurement is critical for maintaining the integrity of sensitive operations within the cleanroom environment. Interested contractors must be registered in the System for Award Management (SAM) and comply with NIST SP 800-171 DoD Assessment requirements. The contract will be a firm-fixed price, with a total small business set-aside, and further details can be obtained by contacting Tran Tran at Tran.Tran.1@us.af.mil.
    16--DUCT ASSEMBLY,AIR C
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of duct assemblies for air conditioning, specifically NSN 1660012892876. The solicitation includes two line items, each requiring delivery to the Air Force Supply Control Receiving, with specified delivery timelines of 0435 days and 0310 days after order. These duct assemblies are critical components in aerospace applications, ensuring proper air circulation and temperature control in aircraft systems. Interested small businesses are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    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.
    41--FLEXIBLE DUCT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of flexible duct, categorized under the NAICS code 333415, which pertains to Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing. The contract will require compliance with various quality and inspection standards, including a warranty of 12 months for non-complex supplies and adherence to the Buy American Act and related trade agreements. The flexible duct is essential for maintaining air conditioning systems, which are critical for operational efficiency in military facilities. Interested vendors should reach out to Jason Sklenkar at 215-697-4179 or via email at JASON.J.SKLENCAR.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    Solicitation - Paint Booth Cover and Filter Removal and Replacement
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard, is soliciting services for the removal and replacement of the outer cover and inlet filters on a retractable/expandable paint booth. The primary objective is to restore the operational status of the paint booth by replacing deteriorated components, including filters for the shot peening machine, using specified materials that comply with safety standards. This procurement is categorized as a Small Business Set Aside under NAICS code 811310, emphasizing the importance of air filtration solutions in maintaining operational efficiency. Interested vendors must submit their quotes by 12:00 PM EST on December 19, 2025, and direct any inquiries to Roshanda Sansom at roshanda.l.sansom.civ@us.navy.mil, with a copy to Jeremy Weible at jeremy.r.weible.civ@us.navy.mil.
    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.