Schriever SFB Hoods and Ducts Cleaning Services
ID: FA255026R0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2550 50 CONS PKPSCHRIEVER SFB, CO, 80912-2116, 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 Hoods and Ducts Cleaning Services at Schriever Space Force Base in Colorado Springs, Colorado. The contract, identified by solicitation number FA255026R0002, requires comprehensive cleaning and inspection services for various exhaust systems in designated buildings, adhering to NFPA 96 and other regulatory standards, with a performance period from February 1, 2026, to January 31, 2031. This opportunity is a total small business set-aside, emphasizing the importance of maintaining safety and compliance in military facilities. Interested vendors must submit their proposals by January 21, 2026, and can direct inquiries to Kade Allen or Marion Shinholster via the provided email addresses.

    Files
    Title
    Posted
    This Performance of Work Statement (PWS) outlines the requirements for a contractor to provide hood and duct cleaning services at Schriever Space Force Base (SSFB), Colorado. The contractor is responsible for all management, tools, supplies, equipment, and labor to ensure compliance with NFPA 96 and other regulatory requirements. Services include visual inspection and cleaning of various exhaust systems in specific buildings on a quarterly or semi-annual basis. The contract period is from February 1, 2026, to January 31, 2027, with four optional years. Key responsibilities include coordinating schedules, submitting detailed inspection reports, adhering to anti-terrorism/force protection measures, complying with all federal, state, and local laws, and maintaining a robust quality control and safety program. The contractor must furnish all necessary property and services, including vehicles and the disposal of waste, and coordinate closely with SSFB personnel for site access and security clearances. Non-compliant work must be re-worked at the contractor's expense, and all damages to government property caused by the contractor must be repaired by the contractor. Service acceptance is contingent upon successful cleaning and resolution of any discrepancies.
    This document, Attachment 2, outlines the CLIN Structure (Price Schedule) for a government Request for Proposal (RFP) related to inspection and cleaning services for hood and duct systems. It details two specific Contract Line Item Numbers (CLINs) for the base year, February 1, 2026 – January 31, 2027. CLIN 0001 covers inspections and cleanings for two Gaylord Exhaust Systems at Building 300 Dining Hall, while CLIN 0002 specifies services for one Captive Air Exhaust System at Building 60 Child Development Center. The document provides instructions for offerors to fill in unit prices and quantities in designated yellow cells, emphasizing that gray cells with formulas/values should not be altered and that all values should be rounded to two decimal places. The purpose of this attachment is to provide a standardized pricing schedule for potential contractors bidding on these services.
    This government solicitation document, Standard Form 1449, is designed for acquiring commercial products and services, specifically targeting Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). It outlines the process for federal solicitations, which can be a Request for Quote (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP). The form details sections for requisition, contract, order, and solicitation numbers, along with information about the issuing and administering offices, delivery, and payment. It includes provisions for set-asides for various small business categories and references Federal Acquisition Regulation (FAR) clauses. Offerors are required to complete specific blocks related to pricing and terms, and the document culminates in the signing sections for both the contractor/offeror and the contracting officer. The contact information for Space Force personnel involved in the solicitation is also provided, indicating an acquisition relevant to military or defense contracting.
    This document is a wage determination for service contracts in El Paso and Teller Counties, Colorado, issued by the U.S. Department of Labor. It outlines minimum wage rates for numerous occupations across various categories, including administrative support, automotive service, healthcare, and technical roles, with rates specified per hour. The determination also details fringe benefits, mandating $5.55 per hour for health and welfare, and an additional $5.09 per hour for contracts covered by Executive Order 13706 for paid sick leave. Employees are entitled to vacation based on years of service and a minimum of eleven paid holidays annually. Special provisions address computer employees and air traffic controllers/weather observers for night and Sunday pay. Hazardous pay differentials are included for work with ordnance and explosives, and uniform allowances are stipulated. The document also provides a conformance process for unlisted job classifications, emphasizing the importance of aligning job duties with established classifications for fair compensation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    PSFB Hood & Duct Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking a contractor to provide hood and duct maintenance services at Peterson Space Force Base (PSFB) in Colorado. The contractor will be responsible for the inspection, cleaning, and removal of dirt, grease, and paint from hood and duct systems on a quarterly and semiannual basis, adhering to all relevant federal, state, and local regulations, including safety and environmental standards. This opportunity is a total small business set-aside under NAICS code 561790, with a contract structure that includes a base year, four option years, and a potential six-month extension. Interested parties must submit their quotes by January 22, 2026, and direct any questions to Tiffany Harley at tiffany.harley.2@spaceforce.mil or Theresa Green at theresa.green.7@spaceforce.mil by January 8, 2026.
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking a qualified contractor for the maintenance and inspection of the Fire Department Burn House and associated firefighting training props at Schriever Space Force Base in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association standards and manufacturers’ specifications, including structural integrity inspections, annual maintenance, and emergency repairs. This contract is a total small business set-aside under NAICS code 811310, with a firm-fixed-price award anticipated for the lowest-priced, technically acceptable offeror. Quotes are due by January 9, 2026, and questions must be submitted by December 29, 2025; interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further information.
    WET/DRY SUPPRESSION SERVICES
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting qualified contractors for Wet/Dry Suppression Services at Peterson Space Force Base in Colorado. The contractor will be responsible for inspecting, testing, and maintaining wet and dry chemical fire suppression systems, ensuring compliance with federal, state, and local regulations, as well as various safety standards outlined in the Performance Work Statement (PWS). This contract is crucial for maintaining operational safety and readiness at the facility, with a Firm Fixed Price structure covering a base year and four option years, starting February 17, 2026. Interested small businesses must submit their quotes by January 12, 2026, and can direct inquiries to Stephen Carr at stephen.carr.12@spaceforce.mil or 719-556-4999.
    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.
    Grease Trap Cleaning Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for grease trap cleaning services at Beale Air Force Base (AFB) in California. The contract requires both scheduled quarterly and unscheduled cleaning services for six underground grease traps across five facilities, ensuring compliance with local, state, and federal regulations while preventing blockages and odors in the kitchen’s wastewater system. This non-personal service contract, valued at approximately $16.5 million, includes a base period from February 1, 2026, to January 31, 2027, with four optional one-year extensions, and proposals are due by January 9, 2026, at 10:00 AM PST. Interested parties should contact Teresa Romig at teresa.romig@us.af.mil or SSgt Jacob Duderstadt at jacob.duderstadt@us.af.mil for further information.
    NMUSAF Custodial Contract
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center, is seeking proposals for custodial services at the National Museum of the United States Air Force (NMUSAF) located at Wright-Patterson Air Force Base in Ohio. The contract, which is a total small business set-aside under NAICS code 561720, requires comprehensive cleaning services, including daily facility maintenance, restroom upkeep, snow and ice removal, and window cleaning, with a base period from April 1, 2026, to March 31, 2027, followed by four option years and a potential six-month extension. This procurement is critical for maintaining the cleanliness and professional appearance of the museum, which serves as a significant historical and educational resource. Proposals must be submitted electronically by 4:00 PM Eastern on January 23, 2026, to the designated contacts, Ladaia Lumpkin and Alyssa Williams, with the subject line "Synopsitation FA8601-26-R-0001."
    S201--VANIHCS Hood Cleaning
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide kitchen hood, ductwork, and fan cleaning services at the VA Northern Indiana Health Care System (VANIHCS) Marion and Fort Wayne Campuses. The contract requires semi-annual and annual cleaning services, specifically scheduled for May and October, to ensure compliance with NFPA 96 and OSHA standards, and to maintain critical kitchen ventilation systems. Interested contractors must have certified Field Service Technicians with relevant experience and certifications, and the solicitation includes a base period with four option years, with a total estimated contract value subject to the size standard of $22 million for Janitorial Services (NAICS code 561720). The deadline for proposals is January 22, 2026, and site visits are scheduled for January 14 and 15, 2026; for further inquiries, contact Contract Specialist Kristina L Peart at kristina.peart@va.gov.
    Custodial Services, Seymour Johnson Air Force Base
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron, is seeking qualified contractors to provide custodial services at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The procurement involves comprehensive management and execution of cleaning services, including general facility cleaning, restroom maintenance, and specialized services for child/youth care facilities and fitness centers. This contract is crucial for maintaining a clean and professional environment at the base, with a proposed structure of a single firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract that includes a one-year base period and four one-year options. Interested parties should note that the solicitation is anticipated to be issued around February 19, 2026, and must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, potential offerors can contact Angela Gibson at angela.gibson.4@us.af.mil or Michael Demers at michael.demers.4@us.af.mil.
    Aircraft Wash Services
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Aircraft Wash Services at MacDill Air Force Base in Tampa, Florida. The contractor will be responsible for providing non-personal aircraft wash services, including corrosion prevention, washing, and lubrication of KC-135 aircraft, over a five-year ordering period with a potential six-month extension. These services are mission-essential and must adhere to strict safety and environmental regulations, ensuring the aircraft remain operationally ready. Proposals are due by 10:00 AM on January 15, 2026, and interested parties should contact Owen Harris at owen.harris.2@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil for further information.
    LAK/RND Fire Suppression Maintenance & UV Systems Maintenance Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Fire Suppression Maintenance and UV Systems Maintenance Services at Joint Base San Antonio (JBSA) Lackland and Randolph, Texas. This contract, valued at approximately $12.5 million, encompasses a range of non-personal services including semi-annual maintenance, hydro-static testing, parts replacement, and emergency services, with a performance period from March 2026 to September 2030. The procurement is a total small business set-aside, and the award will be determined using the Lowest Price Technically Acceptable (LPTA) evaluation method. Interested parties must submit their proposals by January 12, 2026, and are encouraged to attend a site visit on January 6, 2026, with prior registration required. For further inquiries, contact Teresa Calavera Sullivan at teresa.calavera@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.