MAHG 23-1012 Lott Hall HVAC Cleaning
ID: FA301025R0013Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3010 81 CONS CCKEESLER AFB, MS, 39534-2701, 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

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the MAHG 23-1012 project, which involves cleaning ductwork at Trent Lott Hall (Building 2603) on Keesler Air Force Base in Biloxi, Mississippi. This project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated contract value between $250,000 and $500,000, with work expected to commence within ten days of award and to be completed within 90 days. The cleaning process will adhere to National Air Duct Cleaners Association (NADCA) standards and will include thorough assessments, mold sanitization, and air system balance testing, ensuring compliance with environmental and safety regulations. Interested contractors should contact Tonny Mabonga at tonny.mabonga.1.ke@us.af.mil or 228-377-1818 for further details, and note that a site visit is scheduled for June 3, 2025, at 9:00 AM CST.

    Files
    Title
    Posted
    This document outlines the submittal procedures for contractors working under a federal construction contract, specifically detailing requirements for material and equipment submissions to the Contracting Officer (CO). It categorizes submittals into two classifications: those needing CO approval and "Information Only" submittals. Approved submissions indicate that the methods and materials are generally acceptable but do not absolve the contractor of responsibility for errors. Contractors are required to provide detailed submittals listed in the Submittal Register, which must be complete, checked, and timely, with specific timelines for CO review outlined. Additional compliance requirements include a Buy American Certification, which must accompany each submission, affirming adherence to the Buy American Act. The contractor’s ability to manage these processes effectively, including correcting disapproved submissions and adhering to scheduling requirements, is emphasized to avoid project delays. Overall, this document serves to ensure that contractors understand their obligations regarding submittals while maintaining adherence to federal standards and guidelines.
    The Statement of Work (SOW) outlines the requirements for cleaning and sanitizing the ductwork at Trent Lott Hall, B2603, located at Keesler Air Force Base, Mississippi. The contractor will provide necessary equipment, labor, and materials to perform air system assessments, mold sanitization, coil inspections, and air system balancing. The project includes three main phases covering the first floor, second floor, and a high bay area, all of which will be partially occupied during cleaning. The work involves identifying and assessing air system components, cleaning ducts, and ensuring proper system balance post-cleaning. Additionally, the contractor must manage any hazardous materials encountered and ensure compliance with environmental and safety regulations. Specific requirements include temporary cooling solutions during duct cleaning activities and waste management procedures for both hazardous materials and regular debris. The performance period for this contract is set at 90 days, starting 10 days post-award, with strict adherence to a scheduled maintenance and follow-up inspection protocol. This SOW reflects the government's commitment to maintaining a safe and functional environment within military facilities, ensuring compliance with regulatory standards throughout the cleaning process.
    The Statement of Work (SOW) outlines the contract for cleaning ductwork in Trent Lott Hall, B2603, at Keesler Air Force Base. The contractor is responsible for cleaning air systems, conducting air assessments, and ensuring the HVAC systems are sanitized and balanced. The project is divided into three phases, targeting the first floor, second floor, and high bay area, with specified tasks for each section. Detailed inspections and assessments of the HVAC components are required to identify damage, clean and collect debris, and make necessary repairs. Safety protocols must be adhered to, including managing hazardous materials if encountered. The contractor must submit material approvals, comply with environmental regulations, and maintain jobsite safety. Performance will begin 10 days after the contract award, with cleaning conducted between specified hours and requiring coordination to minimize disruptions. The project aims to ensure a clean and efficient air system, demonstrating the government's commitment to maintaining safe environments for personnel. Compliance with regulations set by OSHA and other authorities is emphasized throughout the document, ensuring overall safety and environmental protection during the project.
    The Statement of Work (SOW) outlines the Contractor's responsibilities for cleaning and assessing the air systems at Trent Lott Hall, B2603 on Keesler AFB. The project encompasses building air system assessments, mold sanitization cleaning, cooling coil inspections, and air systems balance testing. The Contractor must adhere to strict compliance with the specified standards and procedures for duct cleaning, ensuring minimal disruption and maximum property protection. Work will occur in three phases across different building areas while coordinating with ongoing operations. The Contractor is tasked with identifying and addressing any hazardous materials, conducting thorough cleaning, and implementing mechanical testing to ensure proper system function. Environmental and safety regulations, including stormwater management and lead-based paint protocols, will be strictly followed throughout the project. The performance window for this contract is outlined, with a start time ten days post-award and completion expected within 90 days. A formal process for inspections, including cleanliness verification and testing, is specified to ensure standards are met. Additionally, the document emphasizes the importance of effective communication and reporting requirements, ensuring that all activities align with Keesler AFB's operational and safety standards. This SOW demonstrates the government's commitment to maintaining safe and efficient facilities while adhering to regulatory compliance.
    The document outlines the specifications for a duct cleaning project at Trent Lott Hall, following guidelines from the National Air Duct Cleaners Association (NADCA). The cleaning will be conducted in three phases: 1st floor HVAC systems, 2nd floor HVAC systems, and the HIGH BAY, SIMULATOR AREA HVAC systems. The contractor is responsible for assessing the systems, cleaning all components to meet NADCA standards, and ensuring proper functional testing post-cleaning to maintain positive building pressurization. The document details safety requirements, including maintaining Safety Data Sheets (SDS), complying with OSHA regulations, and debris disposal. A work execution schedule must be submitted within ten days after contract award, along with a record of existing conditions. The cleaning methodology emphasizes source removal techniques, proper ventilation management, and contamination control while adhering to environmental regulations. Verification processes include visual inspections and gravimetric analysis to confirm cleanliness. Damaged materials must be reported for replacement, and post-project reports must summarize outcomes and indicate any needed repairs. Overall, this specification emphasizes thoroughness, safety, and compliance in HVAC system cleaning.
    The document outlines the specifications and installation guidelines for insulated flexible ducts for a duct cleaning project in Trent Lott Hall B2603. The ducts must conform to various safety and performance standards, including NFPA and UL certifications, with specific features such as a minimum thickness of R6 insulation and a design to operate under temperatures from -20°F to 250°F. The flexible ducts should be made with fire-retardant materials, ensuring low flame spread and smoke development indices according to industry standards. Installation practices emphasize proper support, avoiding sharp bends that could greatly reduce airflow, and repairing any damage to the duct’s vapor barrier. All duct connections must comply with strict standards to ensure structural integrity and functionality. Precautions are mandated to prevent moisture damage and maintain the vapor barrier during storage and installation. The document serves as a crucial guideline for contractors to ensure effective and safe installation, thus highlighting the importance of adhering to engineering best practices in government projects. Overall, this specification is part of a federal RFP process aimed at ensuring high efficiency and safety standards in the project execution.
    The document FA301024R0010 Attachment 4 appears to be repetitive and primarily consists of the title being reiterated multiple times without substantial content or context provided. However, it is likely part of a broader federal government initiative, possibly relating to Requests for Proposals (RFPs) or grant applications. The repetitive nature may imply standardization or reference to multiple sections of a larger document surrounding contract guidelines or eligibility criteria to secure federal funding or partnerships at state and local levels. In essence, while the explicit details are missing from this attachment, it serves a purpose linked to the procurement process within government operations, helping stakeholders prepare for related financial opportunities. Further details or context would be necessary to present a more comprehensive analysis or understanding of its intent and structural significance.
    The document outlines the Schedule of Material Submittals for a project titled "Clean Ductwork at B2603 Trent Lott Hall," under solicitation number FA301025R0013. This schedule specifies required submissions, including shop drawings, hazardous materials documentation, safety plans, equipment data, and reports relevant to the project. Each submission category is linked to a specific Statement of Work (SOW) section, detailing the number of copies required and expected submission dates. Key requirements include various hazardous materials forms, recycling reports, and existing conditions reports, all to ensure compliance with safety and environmental regulations. Submissions are categorized by type, including technical data and samples, with clear timelines for contractor notifications and approvals. The document emphasizes the project's comprehensive nature and adherence to federal guidelines, reflecting the importance of meticulous planning and documentation in government construction projects. Effective communication and timely submissions are vital for project success, underscoring the role of the project engineer and contract administrator in facilitating these processes.
    The document provides wage determinations for building construction projects in Harrison County, Mississippi, under the Davis-Bacon Act. It specifies minimum wage requirements based on Executive Orders 14026 and 13658, applicable to federal contracts. Contracts awarded on or after January 30, 2022, must pay at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour, depending on renewal dates. Various construction classifications, such as electricians, power equipment operators, and plumbers, are listed alongside their respective wage rates and fringe benefits. The document outlines the appeals process for wage determination disputes and notes the importance of compliance with federal labor standards. It emphasizes the continuous need for contractors to provide conformance requests for classifications not listed on this determination. This wage determination serves as a critical resource for ensuring fair compensation for workers and compliance with federal regulations in government-funded construction projects.
    The document is an outline for a government Request for Proposals (RFP) and work description regarding a cleaning contract for ductwork at Trent Lott Hall. It specifies the requirements for contractors to detail their performance history, including contract numbers, description of work conducted, and periods of performance. Key aspects include identifying subcontractors or teaming arrangements, their functions, and how they will affect the performance and completion percentage of the tasks outlined. The purpose of this attachment is to ensure that contractors provide comprehensive information about their past performance, any challenges faced, and the roles of key personnel in fulfilling contract requirements. This structured approach allows the government agency to assess the bidders’ qualifications and past performance effectively.
    The document outlines the Past Performance Questionnaire essential for responding to the federal solicitation FA301025R0013 for ductwork cleaning at Trent Lott Hall, Keesler AFB, MS. It requests references to evaluate the performance of a contractor listed in a proposal. Responses are to be submitted via email to the designated Contracting Officer, SrA Tonny Mabonga, by a specified deadline. The questionnaire gathers past performance data on quality, schedule adherence, management skills, and regulatory compliance, assessing contractors using a rating scale from "Exceptional" to "Unsatisfactory." Evaluators are encouraged to provide detailed comments and specify alternate contacts if they cannot be reached. The submission process emphasizes the importance of corporate or government email for verification purposes. The entire process reflects typical requirements in reviewing contractor performance for federal projects, ensuring accountability and quality in government contracts.
    The site visit for ductwork cleaning at Keesler AFB's Trent Lott Hall involves assessments of the building's air systems, including mold sanitization, inspections, and air systems balance testing. Proposals are due by June 27, 2025, with questions to be directed to the contracting officer by June 5, 2025. Contractors must verify their proposal's receipt before the deadline and are responsible for identifying any discrepancies in the provided drawings.
    The document outlines questions and answers related to the Request for Proposals (RFP) for the clean duct work project at Lott Hall (FA301024R0010). Key topics include the requirements for temporary air systems, work schedules, equipment specifications, and safety standards. The Service Provider must supply temporary air, as the government will not provide it, and standard working hours are generally from 7:00 AM to 3:00 PM, with exceptions for necessary overtime requiring documented approval. Additionally, the contractor must source a temporary air conditioning unit similar to specified models and handle outdoor storage for materials without indoor space provided by the government. A site-specific EM 385-1-1 safety plan and a qualified Site Safety and Health Officer (SSHO) with relevant training are mandatory. The document confirms that no special clearance is required for sensitive areas, although government escorts are necessary. The contractor is not obligated to deliver photographic reports but must conduct pre- and post-cleaning air balance tests. Overall, this summary emphasizes compliance with specific regulations and operational guidelines during the execution of this government project, reflecting the importance of adhering to established standards for safety and project success.
    The document details a federal solicitation for a construction project entitled "Clean Ductwork at Trent Lott Hall B2603" located at Keesler Air Force Base, MS. It serves as an Invitation for Bid (IFB) with a budget range of $250,000 to $500,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals must be submitted by June 27, 2025, with a mandatory performance period of 90 calendar days post-award. The solicitation outlines necessary requirements, including performance and payment bonds, and mandates a site visit for potential bidders. It emphasizes that no contracts will be awarded without available funding and that the government retains the right to cancel the solicitation. The document further includes detailed clauses related to insurance, labor, and sustainable practices, underscoring the significance of compliance with federal regulations throughout the project. This solicitation exemplifies the government's initiative to engage small business participation while adhering to fiscal prudence and regulatory standards.
    The file outlines a Request for Proposal (RFP) for a construction project entitled "MAHG 23-1012 Clean Ductwork at Trent Lott Hall B2603," located at Keesler Air Force Base. The project, which has an estimated magnitude between $250,000 and $500,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Offerors must submit sealed bids by June 27, 2025, and begin work within 10 calendar days of receiving the notice to proceed. The total performance period is 90 calendar days, culminating on October 27, 2025. A pre-bid site visit is scheduled for June 3, 2025, with strict access requirements. Notably, this solicitation emphasizes that funds are not currently available, and any awarded contracts are contingent on availability. Key contractual provisions include insurance requirements, compliance with federal regulations for hazardous materials, and a Buy American clause for construction materials. The document also details the process for evaluation and preparation of proposals, stressing the importance of adhering to sustainability guidelines and explicit direction for contractor obligations regarding the use of domestic materials. This RFP serves as a structured opportunity for small businesses to engage in federal contracting while ensuring compliance with various regulations and standards.
    The document outlines a solicitation for construction work titled "MAHG 23-1012 Clean Ductwork at Trent Lott Hall B2603" at Keesler Air Force Base, emphasizing that this federal acquisition is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The estimated project cost ranges from $250,000 to $500,000, with a performance requirement to begin within 10 calendar days and complete work within 90 calendar days after award. A site visit is organized for potential bidders, with mandated identification and compliance with safety regulations. The solicitation specifies that proposals must meet strict submission guidelines and acknowledges potential fund availability issues, stressing that no awards will be made until funds are confirmed. It also details instructions for proposal preparation and evaluation criteria, alongside various applicable clauses related to labor rights, sustainable practices, and insurance requirements. Overall, this solicitation reflects the government's commitment to promoting small businesses while ensuring compliance with federal regulations throughout the construction process.
    This document serves as an amendment to a federal solicitation, specifically addressing changes to the hours of operation within the Statement of Work for the project identified as MAHG 23-1012. It announces that Pre-Bid Site Visit Questions have been posted on the System for Award Management (SAM.gov) as of June 16, 2025. The amendment requires all offerors to acknowledge these updates through specified methods before the designated deadline to avoid rejection of their offers. Additionally, the document modifies the size standard for contract purposes to $19,000,000. The previous attachment related to the Statement of Work has been replaced with a revised version, while informing that the main terms and conditions of the original solicitation remain unchanged. This amendment highlights the procedural requirements and updates necessary for compliance with federal procurement processes.
    The document is an amendment to a solicitation (MAHG 23-1012) addressing changes related to contractor access to Air Force installations. It extends the deadline for offers and outlines specific requirements for acknowledgment and response to the amendment. The chief purpose is to update the Statement of Work and the relevant access clauses to comply with revised base pass procedures. Key changes include detailed instructions on obtaining necessary identification and vehicle passes for contractors, including submission requirements for the request and obligations to return passes upon completion of the contract. The amendment emphasizes compliance with Air Force regulations regarding controlled area access and mandates the provision of after-hours contact information for emergency notifications. Additionally, an updated Statement of Work attachment has replaced the previous version to reflect these changes. Overall, the amendment ensures contractors are aware of their responsibilities regarding access and identification protocols while working on Air Force sites.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    J079--586-26-1-532-0006 (Cloned) Housekeeping Preventive Maintenance and Repair (VA-26-00004735) (VA-26-00012758) 586-26-1-532-0006
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for housekeeping preventive maintenance and repair services at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, Mississippi. This procurement, identified by Solicitation Number 36C25626Q0123, is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under NAICS code 561720, which pertains to janitorial services. The contract will cover a base year and four option years, requiring contractors to provide preventive and corrective maintenance for various floor care machines, ensuring compliance with strict maintenance schedules and service standards. Interested parties must submit their proposals by December 17, 2025, at 4 PM Central Time, and can contact Contract Specialist Stephanie Watts at stephanie.watts@va.gov or 601-362-4471 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.
    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.
    4120--Repair HVAC Dampers - Project 671-22-133 (VA-26-00010045)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the repair and replacement of HVAC dampers at the Audie L. Murphy VA Hospital in San Antonio, Texas, under Project 671-22-133. The project aims to enhance air quality by providing all necessary labor, materials, tools, and supervision for the installation and repair of dampers, ensuring compliance with VA specifications and applicable regulations. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses, with a project magnitude estimated between $1,000,000 and $2,000,000. Interested parties should prepare for a Request for Proposal expected to be posted on or about December 5, 2025, and may contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or 210-240-6838 for further information.
    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.
    Dorm 742 Renovation
    Dept Of Defense
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    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.
    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.