Maintenance and Repair of Hoods and Ducts Systems
ID: FA930125Q0026Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9301 AFTC PZIOEDWARDS AFB, CA, 93524-1185, USA

NAICS

Facilities Support Services (561210)

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, through the Air Force Test Center, is seeking proposals from qualified small businesses for the maintenance and repair of hood and duct systems at Edwards Air Force Base, California. The contractor will be responsible for providing all necessary labor, equipment, and materials to perform cleaning and maintenance services in accordance with industry standards, including NFPA 96 and IKECA guidelines. This procurement is critical for ensuring the safety and operational efficiency of food service facilities on the base, with a total contract value of up to $47 million over a five-year period, including one base year and four option years. Interested vendors must submit their proposals by October 7, 2025, and can direct inquiries to Stacey Stuart at stacey.stuart@us.af.mil or Suzanna Kussman at suzanna.kussman@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a series of requirements and specifications for an unspecified project, likely a federal grant or RFP, given its structure. It details various operational and administrative components, emphasizing compliance with established guidelines and technical standards. The file includes sections on environmental considerations, facility management, and general administrative procedures. Key elements cover asset management, maintenance protocols, safety measures, and data handling, alongside specific requirements for personnel qualifications and training. It also touches upon logistical support, resource allocation, and quality control. The document is structured with numerous sub-sections, each addressing a particular aspect of the project's implementation and oversight, indicating a comprehensive approach to project management and execution.
    This government solicitation (FA930125Q0026) is for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) to provide monthly, quarterly, semi-annual, and annual cleaning services for hood and duct exhaust systems. The Request for Proposal (RFP) was issued on September 8, 2025, by FA9301 AFTC PZIO, Edwards AFB, CA, with an offer due date of October 7, 2025, at 06:30 AM. The acquisition falls under NAICS code 561210 and has a total award amount of USD 47,000,000.00. The contract includes multiple option line items for recurring services, with performance periods extending from November 2025 to October 2030. Key clauses include those related to electronic payment via Wide Area WorkFlow (WAWF), various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, and specific requirements for health, safety, and contractor access to Air Force installations. Attachments include a Wage Determination and a Statement of Work (SOW) detailing service locations.
    The FA9301-25-Q-0026 Statement of Work outlines a non-personal services contract for the maintenance of hood and duct exhaust systems at Edwards Air Force Base, California. The contractor is responsible for furnishing all necessary supervision, equipment, tools, labor, and supplies for inspection, cleaning, preventative maintenance, operational checks, and post-service clean-up of these systems. Services must adhere to industry standards, manufacturer recommendations, NFPA 96, UFC 3-600-01, and AFMAN 91-203. Key requirements include providing service reports, proper waste disposal, and ensuring personnel possess current certifications in NFPA 96 and IKECA standards. The government will provide emergency medical services, security, fire protection, and utilities, with conservation practices expected from the contractor. General information covers hours of operation, contractor personnel qualifications, security, OPSEC, safety, environmental protection, and various administrative and legal compliance aspects, including handling hazardous materials and waste.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fall Protection Certification Services
    Buyer not available
    The Department of Defense, through the Air Force Test Center, is seeking proposals for Fall Protection Certification Services at Edwards Air Force Base, California. The contract requires comprehensive services including inspection, certification, and training for fall protection systems, with a focus on ensuring compliance with safety standards and regulations. This procurement is particularly significant as it supports the safety protocols necessary for operations at the base, emphasizing the importance of maintaining high safety standards in potentially hazardous environments. The estimated total award amount is $11,500,000, with a performance period from January 1, 2026, to December 31, 2030. Interested parties, particularly Women-Owned Small Businesses, must submit their proposals by December 15, 2025, and can direct inquiries to Suzanna Kussman at suzanna.kussman@us.af.mil or Alexia Del Real at alexia.delreal@us.af.mil.
    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.
    J041--Kitchen Hood Cleaning
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 19, is seeking qualified contractors for Kitchen Hood Cleaning services at the Cheyenne VA Medical Center in Wyoming. The procurement requires comprehensive cleaning and inspection of kitchen exhaust systems, adhering to NFPA 96 and IKECA standards, with services to be performed quarterly and coordinated with facility operations. This contract is crucial for maintaining safety and compliance in kitchen environments, ensuring that all systems are free from grease and other deposits that could pose fire hazards. Interested small businesses must respond to the solicitation by December 15, 2025, at 4:30 PM Mountain Time, and can contact Contracting Officer Aaron Thurber at aaron.thurber@va.gov or 303-712-5745 for further details.
    IHAT CRAC Unit Replacement Edwards AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of two Direct Expansion (DX) Computer Room Air Conditioning (CRAC) units at Edwards Air Force Base, California. The project aims to upgrade existing systems to provide 26-30 tons of cooling capacity with energy-efficient features, including N+1 redundancy and variable speed fans, while ensuring compatibility with existing power systems and integration with the Siemens Desigo control system. This procurement is critical for maintaining operational efficiency in sensitive electronic environments, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested contractors must attend a mandatory site visit on December 9, 2025, and submit their quotes by December 16, 2025, with all inquiries due by December 10, 2025. For further information, contact Karla Vazquez at karlalizette.vazquezmontes@us.af.mil or Jamil Minosa at jamil.minosa.2@us.af.mil.
    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.
    F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Buyer not available
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting proposals for F-15 Cable and Light Off Detector (LOD) Repair Services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E cable and LOD parts to serviceable condition in accordance with specified technical orders. Interested vendors must possess an approved Source of Approved Repair (SAR) letter and be registered in the System for Award Management (SAM) to be eligible for award. For inquiries, potential offerors can contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, referencing Solicitation Number FA480926Q0003. All solicitation documents will be available on SAM.gov.
    PNQS 09-4491 Repair Dining Facility Bldg. 668, Maxwell AFB, AL (Solicitation Amendment 0001)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Dining Facility Building 668 at Maxwell Air Force Base in Alabama. The project involves comprehensive renovations, including interior alterations, hazardous material abatement, and the installation of new systems, with a total estimated value between $5,000,000 and $10,000,000. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 640 calendar days, divided into procurement and construction phases. Interested contractors should direct inquiries to SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or Marc Engel at marc.engel@us.af.mil, and proposals are due by December 10, 2025.
    DUCT ASSEMBLY, BLEED
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is soliciting proposals for the procurement of Duct Assembly, Bleed for the C-5 Aircraft, identified by NSN: 1560-00-728-9480. This procurement involves an Indefinite Quantity Contract with an estimated annual requirement of 80 units over a 5-year base period, with a delivery schedule of 285 days after receipt of order. The items are critical for aircraft operations and are subject to export control and configuration control regulations. Interested vendors must submit a written proposal in response to the solicitation, which will be available on or about December 8, 2025, via the DLA Internet Bid Board System (DIBBS). For further inquiries, potential offerors can contact Renee Griffin at renee.griffin@dla.mil or by phone at (445) 737-2040.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    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.