This memorandum from the Department of the Air Force clarifies that the Supplier Performance Risk System (SPRS) National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 requirements are not applicable to Contract No. FA301625Q6179. Although generally effective by regulation, these requirements do not apply because the Contracting Officer confirmed that no Controlled Unclassified Information (CUI) will be sent to or received by the contractor via this contract action. This decision aligns with Defense Federal Acquisition Regulation Supplement (DFARS) guidance and confirmations from DCMA and a DAU Cyber Security Professor, stating that NIST SP 800-171 is only relevant when CUI is involved. The contractor also acknowledges that no covered defense information will be on their systems. This ensures compliance while acknowledging the specific nature of the contract.
This document is an amendment to Request for Quote FA301625Q6179 for HVAC/Vent Cleaning services, issued by the Department of the Air Force. The solicitation is a 100% Small Business set-aside with NAICS code 561790 and a $9.0 Million size standard. The amendment updates the PIID, attaches contractor questions and government answers, includes additional photos, revises the offer due date, and updates the Statement of Work (SOW). Quotes must be submitted by email to william.waters.7@us.af.mil and noah.emerson.1@us.af.mil by the SAM.gov specified date, with quotes effective until September 30, 2025. Failure to quote on all CLINs (Contract Line Item Numbers) will render the quote unacceptable. The award will be a single firm-fixed-price purchase order based on best value, considering technical acceptability and fair/reasonable pricing. Key requirements for responsiveness include providing a capability statement confirming SOW performance, submitting a filled-in solicitation, and the quote not exceeding four pages. Mandatory registrations with SAM.gov are required. The document also details various FAR, DFARS, and DAFFARS clauses incorporated by reference or in full text, including specific instructions for electronic invoicing via Wide Area WorkFlow (WAWF) and information on the AETC Ombudsman.
The Request for Quote (RFQ) FA301625Q6179 is a 100% Small Business set-aside for HVAC/Vent Cleaning services, valid until September 30, 2025. The NAICS code is 561790 with a $9.0 Million size standard. Quotes must be submitted by the SAM.gov specified date via email to william.waters.7@us.af.mil and noah.emerson.1@us.af.mil, including a price for CLIN 0001 (Cleaning/Dusting Vents IAW SOW) and attachments like WD 2015-5253 Rev. 27, Pictures, SOW, and MFR - SPRS Nist. Key requirements include electronic invoicing capability (WAWF), SAM registration as a small business, and a quote not exceeding 4 pages. Questions are due by August 19, 2025, 1:00 PM CST. Award will be a firm fixed-price purchase order based on the lowest fair and reasonable technically acceptable quote, with performance expected in 1-2 weeks. The RFQ includes numerous FAR, DFARS, and DAFFARS clauses, notably concerning telecommunications equipment, labor standards, and contractor access to Air Force installations.
The Statement of Work (SOW) outlines requirements for cleaning external HVAC ceiling vents, indoor roofing, and metal extension beams at JBSA Randolph AFB/Bldg # 999. The contractor must provide all labor, tools, equipment, and materials to remove dust, debris, and biological contaminants using HEPA-filter vacuums, microfiber cloths, and non-toxic cleaning agents, ensuring no residue is left behind. Internal HVAC components are excluded. Services are to be performed as needed, during non-peak occupancy hours (evenings and weekends), requiring coordination with the Facility Manager. Strict compliance with base safety protocols, including the use of non-corrosive, non-toxic, and environmentally compliant cleaning agents, protective equipment, and submission of Material Safety Data Sheets (MSDS), is mandatory. A mandatory post-award conference will cover zoning and equipment positioning. Work will be inspected upon completion, and any unsatisfactory areas must be re-cleaned at no additional cost.
This Statement of Work (SOW) outlines requirements for external HVAC vent, indoor roofing, and metal extension beam cleaning services at JBSA Randolph AFB/Bldg # 999. The contractor must provide all necessary labor, tools, equipment, and materials to clean visible surfaces, removing dust, debris, mold, or mildew using HEPA vacuums, microfiber cloths, and non-toxic agents, ensuring no residue is left behind. Services will be performed as needed. Strict adherence to base safety protocols, environmental standards, and the use of personal protective equipment are mandatory, with MSDS for all chemicals required. Access and scheduling must be coordinated with the Facility Manager during non-peak occupancy hours, primarily overnight. A mandatory post-award conference will address zoning, equipment positioning, and other relevant topics. Quality control involves inspection by the Facility Manager, with re-cleaning required for unsatisfactory results at no additional cost. This SOW ensures a clean, safe, and compliant environment within the facility.
This document, "ATTACHMENT 3 - Question & Answers" for Solicitation Number FA301625Q6179, details responses to contractor inquiries regarding an HVAC/Vent Cleaning RFP. The project involves cleaning approximately 20,000 square feet of space, with main duct lines measuring 6ft x 2ft and maximum ductwork height of 40ft, specifically within a Fitness Center with 16 vents. Contractors are permitted to use small scissor lifts with rubber wheels on the basketball floor, but the government will not provide equipment. Cleaning will occur after manned hours. The RFP is strictly for external vent cleaning, and while mold contamination is currently unknown, the contractor is not to deviate from the Statement of Work to address it. This clarifies project scope, access, and limitations for potential bidders.