Hood and Duct Cleaning Services McConnell AFB
ID: FA462125Q0023Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4621 22 CONS PKMCCONNELL AFB, KS, 67221-3702, USA

NAICS

Other Services to Buildings and Dwellings (561790)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FOOD PREPARATION AND SERVING EQUIPMENT (J073)

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 Hood and Duct Cleaning Services at McConnell Air Force Base in Wichita, Kansas. The contractor will be responsible for providing all necessary labor, materials, and equipment to clean exhaust systems over cooking appliances, ensuring compliance with federal, state, and local regulations, including the NFPA National Fire Code #96. This service is critical for maintaining safety and operational readiness in food preparation areas, with a total contract value of $9 million over multiple years. Interested vendors must submit their proposals by 12:00 PM CST on July 10, 2025, and direct any questions to the primary contacts, SrA Warnage Fonseka at warnage.fonseka@us.af.mil or Mrs. Haley Frierdich at haley.frierdich.1@us.af.mil, by June 13, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for hood and duct exhaust system cleaning at McConnell Air Force Base, Kansas, set for May 20, 2025. The contractor is tasked with all necessary labor, materials, and equipment to ensure compliance with Federal and local regulations, specifically the NFPA National Fire Code #96. Cleaning must remove grease and combustible contaminants, adhering to specific cleaning standards for various components, such as hoods and ducts. Services are to be performed during designated duty hours, excluding federal holidays, with scheduling coordinated with the base Fire Department. Personnel must pass background checks and maintain identification standards for security access to the base. The document includes a detailed cleaning schedule, specifying frequency and contact information for different building locations, emphasizing the requirement for inspections post-cleaning before systems are returned to service. The SOW ensures all operations prioritize safety and compliance, outlining penalties for contractor negligence regarding personnel conduct and equipment maintenance.
    The Statement of Work (SOW) outlines the requirements for cleaning hood and duct exhaust systems at McConnell Air Force Base, KS. The contractor is responsible for providing all necessary resources to clean exhaust systems over cooking appliances in accordance with federal, state, and local regulations. Cleaning tasks include thorough grease and contaminant removal from various components, ensuring compliance with the NFPA National Fire Code #96. Work is to be scheduled during designated times, with quarterly cleaning for most facilities and annual cleaning for others, as specified in an attached schedule. After cleaning, the contractor must notify the Fire Department for an inspection before returning systems to service, ensuring any necessary repairs to government property are at no cost to the government. Security measures are emphasized, requiring background checks for contractor personnel and adherence to installation access protocols. Vehicles must have passes and are subject to searches. The SOW provides a detailed checklist and cleaning schedule, highlighting accountability and safety standards critical for operations on the base. This document serves as a formal request for proposals, facilitating compliance and maintenance of safety standards within the federal facility, ultimately ensuring operational readiness and safety in food preparation areas.
    The document primarily addresses various aspects related to federal and state/local Requests for Proposals (RFPs) and grants. It outlines the procedures and guidelines for preparing proposals, emphasizing compliance with regulatory requirements and attention to detail in project management. Key topics include proper documentation, adherence to specific funding criteria, and effective communication with stakeholders. The content highlights the importance of transparency and accountability in the funding process, showcasing best practices for proposal submission. The document also emphasizes the need for a detailed evaluation of proposals to ensure they meet all necessary standards, including budget clarity, project timelines, and expected outcomes. By providing insights on assessing grant applications, it aims to streamline the proposal process for both applicants and funders. This structured approach intends to foster collaboration and enhance the efficacy of federally funded initiatives. Overall, the document serves as a comprehensive guide for organizations looking to streamline their proposal efforts, ensuring they align with government expectations and contribute to successful project implementation, ultimately enhancing community benefits through effective utilization of grant resources.
    The Hood and Duct Solicitation #FA462125Q0023 pertains to a project involving cleaning services for hood and duct systems, with a scheduled site visit set for June 18, 2025. This project is not new; it follows a previous award to Air Vent Cleaning Of Wichita Incorporated under award number FA462121C0003. Interested bidders can attend the site visit by providing their details for security clearance, as only one representative from each company is allowed. The deadline for proposal submissions is June 27, 2025, at 12 PM CST. The solicitation reflects the government's ongoing need for maintenance services in complexes like McConnell Air Force Base, emphasizing transparency and engagement with potential vendors through site visits and clarifications. This RFP process showcases the government's structured approach to procurement, ensuring participants are well-informed and prepared to deliver on the requirements.
    The Hood and Duct Solicitation #FA462125Q0023 pertains to cleaning and maintenance services for kitchen exhaust systems at a military facility. The Fire Department will coordinate cleaning schedules a few weeks in advance, typically aligning with kitchen operating hours, with most tasks to be performed Monday through Friday between 08:00 and 17:00, except for specific facility cleanings that may occur overnight. Annual cleanings are mandated, and frequency cannot be increased due to minimal grease accumulation. Contractors will have contacts for access and navigation at the site, but they are responsible solely for cleaning, not for repairs or maintenance—any issues must be communicated to fire department personnel. The cleaning scope excludes any dismantling of motors or equipment, focusing instead on removing grease from the kitchen hoods, ducts, and applicable components to prevent fire hazards. This document outlines crucial operational parameters for the contractors under a government Request for Proposal (RFP) related to maintenance services, emphasizing safety and compliance with fire codes.
    The document outlines the specifics required for a Request for Proposals (RFP) related to hood and duct cleaning services for several government buildings. It details the number and locations of exhaust fans in each facility, indicating that each duct has one fan with varying counts per building. Buildings range between 4 stories and approximately 35 feet in height, with noted accessibility for roof access through ladders. The document also presents estimated lengths of ductwork for each building, as precise measurements are unavailable. These parameters serve as essential details for potential vendors submitting proposals, indicating the government's need for thorough duct cleaning services to ensure operational efficiency and compliance with safety regulations. Overall, this RFP demonstrates the government's commitment to maintaining its facilities while addressing maintenance needs through competitive bidding processes.
    The document outlines a federal solicitation for Hood and Duct Cleaning Services under the Women-Owned Small Business (WOSB) program. It specifies the details of the Request for Proposal (RFP) FA462125Q0023, including important dates such as the issuance and due date for offers. The contract encompasses a base year as well as four optional additional years, all priced as firm fixed price arrangements. The total award amount is set at USD 9,000,000.00 and emphasizes the requirement for inspection and acceptance upon completion of services at the specified location, McConnell Air Force Base. It further delineates the roles and responsibilities relating to state and federal contracting regulations, including payment instructions via the Wide Area Workflow system. The document incorporates various Federal Acquisition Regulation (FAR) clauses and highlights the significance of utilizing women-owned businesses in federal contracting initiatives, reflecting the government's commitment to inclusive economic opportunities. This structured approach underscores rigorous compliance requirements, evaluation criteria, and timelines essential for prospective contractors wishing to participate in delivering these services.
    The document is a solicitation for a Women-Owned Small Business (WOSB) contract focused on providing Hood and Duct Cleaning Services for Fiscal Year 2026. It outlines key details such as the requisition number (FA462125Q00230001), the solicitation issue date (June 6, 2025), and the due date for offers (June 27, 2025). The total award amount is set at USD 9,000,000.00. The contract includes terms for both base and option years, covering quarterly and annual services based on a firm fixed price. Additionally, the document specifies the inspection and acceptance locations at McConnell AFB, KS, with clear instructions for contract performance reporting and invoicing through the Wide Area Workflow (WAWF) system. Various federal acquisition regulations governing the contract, such as FAR and DFARS clauses, are included to ensure compliance and guide the contractor's operations. The emphasis on encouraging small business participation underlines the government’s commitment to supporting economically disadvantaged groups. Overall, the solicitation serves as a formal request for qualified WOSB vendors to provide specified cleaning services to the federal government, emphasizing adherence to regulatory standards and performance requirements.
    The document outlines a solicitation for commercial products and services specifically tailored for Women-Owned Small Businesses (WOSB). It encompasses details about the requisition number, contract specifics, solicitation dates, and submission information. The primary focus is on securing hood and duct cleaning services for a Base Year and several optional periods, with a total value estimated at $9 million. Quantities and pricing for services are clearly defined, with requirements set for inspections and acceptance upon completion. Key points include the statement of work, the requirement for the contractor to be familiar with specific clauses related to labor and commercial products, and the necessity for adherence to various federal regulations. Additionally, the document emphasizes that the acquisition is set aside for disadvantaged and women-owned businesses, promoting equitable opportunities in government contracting. The clarity of expectations, including payment methods and contractor obligations, signifies the government's intent to facilitate transparent procurement processes while supporting underserved business communities.
    The document outlines a solicitation for women-owned small businesses (WOSB) to provide hood and duct cleaning services for the United States Air Force at McConnell AFB, Kansas. The contract, designated FA462125Q00230003, has a total value of $9,000,000 and encompasses services across a four-year period, with specified options for renewal. Deliverables include quarterly and annual cleaning services per a detailed Statement of Work issued on 20 May 2025, ensuring adherence to cleanliness and safety standards for kitchen ventilation systems. The proposal requires bidders to submit firm fixed prices, and outlines responsibilities for inspection and acceptance of services upon completion. It includes essential administrative details such as contact information for the contracting officer, significant dates related to the solicitation and performance periods, and references to necessary federal acquisition regulations and clauses. Through this solicitation, the government seeks to support small and economically disadvantaged businesses while ensuring compliance with relevant legal and environmental standards in contracted services.
    This document serves as a solicitation for Hood and Duct Cleaning Services for the U.S. Air Force, specifically targeting Women-Owned Small Businesses (WOSB). The acquisition includes a total award amount set at $9 million for services over multiple years, with detailed specifications for both base and option line items. Key deliverables include quarterly and annual cleaning services for a variety of kitchen exhaust systems, with specified quantities outlined for each contract period. Additionally, pricing arrangements are a firm fixed price, and the contract incorporates various federal regulations, including clauses pertaining to small business participation and service contract labor standards. Inspections and acceptance of delivered services will occur post-completion at specific identified locations. The procurement emphasizes compliance with federal regulations while supporting diverse business participation, aiding economic empowerment within the contracting framework, and ensuring high standards of service in maintenance and cleanliness at the facility. Comprehensive training materials and operational guidelines for contractors are provided as part of the contract management process. This proposal is structured to enhance procurement efficiency while adhering to government standards for service contracts.
    This document outlines an amendment to a solicitation for hood and duct cleaning services at McConnell Air Force Base, including modifications to the contract structure by adding line items for quarterly and annual cleanings as per the Statement of Work dated May 20, 2025. The amendment also specifies changes to quantities, line items, and inspection locations while identifying points of contact for communication. Key alterations include the establishment of separate Item Lines for quarterly (40 each) and annual (4 each) cleanings for various option years, significantly enhancing clarity on service delivery schedules and performance periods through 2030. Inspection and acceptance will occur post-performance, with specified locations for acceptance. The document emphasizes compliance with federal contracting policies underlined by the FAR, along with the necessity for contractors to acknowledge receipt of the amendment before the deadline to avoid rejection of offers. Overall, this amendment demonstrates the government’s structured approach to detailed service procurement ensuring adherence to contractual obligations and operational timelines.
    The document is an amendment related to a solicitation for a federal contract. It details instructions for contractors regarding the acknowledgment and response to the amendment, which includes extending the deadline for submitting offers and providing formal responses to inquiries regarding the solicitation. The document outlines the obligations of contractors to acknowledge receipt through specified methods and clarifies that changes to submitted offers can be made prior to the specified deadline. Furthermore, it includes various administrative details, such as the contracting officer’s information and contract modification specifics. Key attachments include the Statement of Work (SOW) and responses to solicitation questions. Overall, the amendment aims to ensure transparency and facilitate the bidding process while maintaining compliance with federal regulations.
    The document represents an amendment to a solicitation related to cleaning services at McConnell Air Force Base, specifically addressing modifications in contract requirements and related administrative updates. The key changes include a revision of the Performance Work Statement (PWS), reducing the required annual cleanings from four to three, and introducing an option for an annual banquet kitchen cleaning service. The amendment extends the proposal due date and includes questions and answers from a previous site visit. New line items for additional cleaning services have been created for multiple contract years, detailing scope, pricing arrangements, and inspection locations. Additional attachments, including a revised Statement of Work and site visit documentation, have been added, ensuring all terms and conditions remain in effect except as altered by this amendment. This document exemplifies procedural updates in federal grant and contract management within the realm of government RFPs.
    This document is an amendment to a solicitation related to a U.S. government contract, specifically referencing amendment procedures and providing details on required acknowledgments from contractors. The submission deadline for offers may be extended as indicated. The amendment outlines options for contractors to acknowledge receipt of the amendment and amend existing offers. It reiterates that all other terms of the solicitation remain unchanged unless specified otherwise. A primary purpose of this amendment is the inclusion of final questions and answers related to the solicitation, which are crucial for bidders to prepare their proposals accurately. The document also lists various attachments that provide additional relevant information, including the Statement of Work (SOW) and prior questions and answers. It serves as a formal communication for contractors involved in the bidding process, ensuring clarity and compliance with solicitation requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    2027 McConnell AFB MACC IDIQ
    Buyer not available
    The Department of Defense, through the 22d Contracting Squadron, is seeking qualified construction firms for a Multiple Award Construction Contract (MACC) at McConnell Air Force Base in Kansas. This opportunity involves an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, allowing for the procurement of various construction projects, with task orders valued up to $10 million each, and a total potential contract value of $99 million over six years. The selected contractors will undertake a wide range of construction tasks, including design-build projects, renovations, and infrastructure repairs, requiring capabilities across multiple trades. Interested firms must submit a capability statement by 4:00 PM (CST) on June 27, 2025, to the primary contacts, 2d Lt William Johnson and Marcus Tucker, via the provided email addresses.
    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.
    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.
    Dyess AFB, Custodial Services Synopisis
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide custodial services at Dyess Air Force Base (AFB) in Texas. The contract will cover a range of cleaning tasks to maintain the cleanliness and professional appearance of assigned buildings, including restocking restroom supplies and adhering to Air Force Custodial Standards (AFCOLS). This follow-on contract, which will replace the current contract ending on October 31, 2026, includes a base year followed by four option years, with all work performed in compliance with applicable laws and regulations. Interested parties can contact Christi Murphy at christi.murphy.1@us.af.mil or 325-696-1085 for further details.
    FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of KC-135 valves and pumps under a five-year Firm Fixed Price Requirements Type Contract. This procurement involves the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing of various fuel system components to restore them to like-new condition, ensuring the operational readiness of critical aircraft systems. The anticipated contract will likely be awarded as a sole source to ITT Aerospace Controls, emphasizing the importance of these components in maintaining aircraft performance and safety. Interested parties can reach out to Morgan Mcgarity at morgan.mcgarity@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further details, with the total acquisition cost estimated at $1,846,309.05 and specific delivery timelines outlined in the associated documents.
    VENT AND DUCT WORK SERVICE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes from qualified Women-Owned Small Businesses (WOSB) for vent and duct work services, focusing on laundry and galley exhaust ventilation cleaning aboard a US Navy ship in Yokosuka, Japan. The contract, identified as N0040626Q0008, requires the contractor to inspect, cryogenically clean, and report on seven ventilation systems, with the work scheduled to be completed between December 15 and December 31, 2025, in accordance with NAVSEA standards. This service is critical for maintaining operational safety and efficiency within naval vessels, ensuring compliance with local labor laws and various federal regulations. Interested parties must submit their quotes, along with a signed solicitation form, to the primary contact, Ferbien Encomienda, at ferbien.o.encomienda.civ@us.navy.mil, by the specified deadline to be considered for this firm-fixed-price award.
    Opportunity Details
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of KC-135 and C-130 Vertical Indicators, specifically the "INDICATOR, VERTICAL" items with National Stock Numbers (NSN) 6610-01-527-2395 and 6610-01-433-2219. This procurement is crucial for maintaining the operational readiness of military aircraft, ensuring that critical flight instruments are functioning correctly. The solicitation has been amended to extend the proposal due date to December 16, 2025, at 3:00 PM Central Standard Time, with the contract period running from September 20, 2026, to September 19, 2033. Interested parties can reach out to Nathan R. Sholund at nathan.sholund@us.af.mil or Gregory Howard at gregory.howard.9@us.af.mil for further information.
    Tinker Base Supply and Munitions
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract to provide Base Supply and Munitions services at Tinker Air Force Base (TAFB) in Oklahoma. The contractor will be responsible for managing personnel, equipment, and services related to supply operations, inventory control, customer support, and munitions management, ensuring compliance with Air Force regulations and maintaining war readiness. This procurement is particularly significant as it supports the logistics readiness of the 72 Logistics Readiness Squadron and includes a total estimated award amount of $47 million, with a base performance period starting in April 2026 and extending through March 2033. Interested parties should direct inquiries to Robert Kipler or Samuel Nemargut via email, and proposals must be submitted electronically by the specified deadline.
    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.