Vent Cleaning
ID: FA301625Q6179Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, USA

NAICS

Other Services to Buildings and Dwellings (561790)

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 quotes for vent cleaning services at JBSA Randolph AFB in Texas. The contractor will be responsible for providing all necessary labor, tools, equipment, and materials to clean the external components of the building’s indoor HVAC ceiling supply and return vents, as well as the surrounding areas, while adhering to strict safety and environmental protocols. This service is crucial for maintaining air quality and operational efficiency within the facility. Interested small businesses must submit their quotes by the specified deadline via email to the designated contacts, with the contract expected to be awarded based on the best value assessment, and performance anticipated within 1-2 weeks of award.

    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Vent Cleaning
    Currently viewing
    Solicitation
    Similar Opportunities
    NAF Laundry Service JBSA Lackland and Randolph
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking a contractor to provide laundry and dry-cleaning services for Joint Base San Antonio (JBSA), specifically at JBSA-Lackland and JBSA-Randolph. The contractor will be responsible for furnishing all necessary personnel, equipment, transportation, tools, materials, and supervision to perform these services in accordance with commercial industry practices, as outlined in the Performance Work Statement (PWS). This non-personal service contract is vital for maintaining the operational readiness and hygiene standards of the facilities at JBSA. Interested parties can contact Daniel Schmitt at daniel.schmitt.5@us.af.mil or 210-671-1748, or Joseph Gyakari at joseph.gyakari@us.af.mil or 210-671-1705 for further details.
    HVAC Cooling Tower Chemical Sampling and Treatment - Scott AFB
    Buyer not available
    The Department of Defense, through the 375th Contracting Squadron at Scott Air Force Base (AFB) in Illinois, is seeking qualified contractors to provide HVAC cooling tower chemical sampling and treatment services. The procurement involves comprehensive monitoring, sampling, and treatment of water for 13 cooling towers, 124 closed-loop systems, and 27 coupon racks across various facilities at Scott AFB, requiring the contractor to supply all necessary labor, tools, chemicals, and equipment. This contract is crucial for maintaining the efficiency and safety of HVAC systems, ensuring compliance with environmental and safety regulations. Interested small businesses must submit their quotes by December 11, 2025, with a contract performance period extending from the award date through September 30, 2030, including a base year and four option years. For further inquiries, potential bidders can contact Jin Chung at jin.chung.2@us.af.mil or Nicholas Weiss at nicholas.weiss.5@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.
    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.
    15--DUCT,AIR,FLOOR HEAT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of air duct components, specifically the DUCT, AIR, FLOOR HEAT (NSN 1560-00-780-5693). The requirement includes a quantity of two units to be delivered to DLA Distribution Warner Robins within 163 days after order placement, adhering to source-controlled drawing specifications. These components are critical for aerospace applications, ensuring proper heating and air distribution in aircraft systems. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    SFC Leonard B. Francis (LBF) Readiness Center HVAC Maintenance
    Buyer not available
    The Department of Defense, through the Army National Guard, is soliciting proposals for HVAC maintenance services at the SFC Leonard B. Francis Readiness Center located in St. Thomas, U.S. Virgin Islands. The contract requires comprehensive maintenance of the HVAC systems, including routine, preventive, and corrective services, to ensure optimal operation and a healthy environment, with a focus on identifying deficiencies and providing recommendations for major repairs. This procurement is particularly important as the HVAC systems have not been maintained for the past year, and the contractor will be expected to complete the work within a 30-day period following the Notice to Proceed. Interested small businesses, particularly Women-Owned Small Businesses, must submit their technical and price proposals by December 16, 2025, with an estimated total award amount of $19,000,000. For further inquiries, contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868.
    16--DUCT ASSEMBLY,AIR C
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of a Duct Assembly, Air Conditioning (NSN 1660-01-710-4930). The requirement includes a quantity of one unit to be delivered to DLA Distribution within 116 days after order placement, with the approved source being 70628 125207-701. This component is critical for aerospace applications, ensuring effective air conditioning systems in military aircraft. Interested small businesses are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    183 CES Repair Server HVAC and Electric
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors to provide HVAC and electrical repair services for Building 48 in Springfield, Illinois. The project aims to address deficiencies in the communication infrastructure by improving electrical power and installing necessary HVAC systems in the server rooms, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside for small businesses, has an estimated value between $25,000 and $100,000, with a duration of 59 days post-notice to proceed. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or Amanda Brenizer at Amanda.Brenizer@us.af.mil for inquiries, and must register in SAM to access the solicitation, which is expected to be issued in late June 2025.
    15--DUCT,AIR,FLOOR HEAT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of air floor heat ducts, specifically NSN 1560007805692. The requirement includes a quantity of 2 units to be delivered to DLA Distribution Warner Robins within 163 days after order (ADO), and the item is subject to source control with an approved source identified as 70628 12631-103A. These ducts are critical components used in aerospace applications, ensuring proper heating and airflow in aircraft systems. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and inquiries can be directed to DibbsBSM@dla.mil.