Grease laden vapor exhaust systems cleaning and maintenance
ID: FA700025Q0109Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA7000 10 CONS LGCUSAF ACADEMY, CO, 80840-2303, USA

NAICS

Other Services to Buildings and Dwellings (561790)

PSC

HOUSEKEEPING- OTHER (S299)

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 seeking qualified vendors to provide cleaning and maintenance services for grease-laden vapor exhaust systems at the United States Air Force Academy (USAFA) in Colorado. The contract, classified as a non-personal service agreement, requires contractors to perform thorough cleaning and inspections of hoods, filters, and ducts in accordance with the Performance Work Statement (PWS) and relevant safety and environmental standards. This initiative is crucial for maintaining compliance with National Fire Protection Agency (NFPA) guidelines and ensuring operational safety within the facility. Interested small businesses must respond by August 12, 2025, with capability statements and relevant company information, as the anticipated contract will be a firm fixed price for one year, with four optional years, starting from April 1, 2026. For further inquiries, potential vendors can contact Travis Martin at travis.martin.17@us.af.mil or Aurora Santos at aurora.santos@us.af.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for hood and duct cleaning services at the United States Air Force Academy (USAFA). This contract, classified as a non-personal service agreement, delegates the responsibility of maintaining grease-laden vapor exhaust systems to the contractor without government supervision. The contractor must ensure compliance with safety policies and environmental standards while providing resources for cleaning and inspecting identified systems as per NFPA guidelines. Cleaning includes tasks such as thorough maintenance of hoods, filters, and ducts, along with necessary inspections and documentation of system conditions. These tasks should adhere to a cleaning schedule that requires coordination with facility managers and maintaining consistent communication with the Contracting Officer Representative (COR). Performance metrics include adherence to deadlines for cleaning schedules and inspection reports, as well as achieving acceptance from the USAFA Fire Department. Additionally, the contractor is responsible for using safe, non-toxic cleaning materials and must submit necessary certifications and safety data sheets for approval. The PWS includes detailed appendices summarizing workload data, reporting formats, and other necessary documentation. The outlined processes ensure a structured execution of services and adherence to regulatory standards, reflecting a commitment to safety and operational effectiveness within federal contract management.
    The 10th Contracting Squadron of the United States Air Force Academy (USAFA) is seeking information from potential vendors for maintenance of Grease Laden Exhaust Systems. This Sources Sought notice is aimed at market research and does not imply a commitment to solicit proposals or award contracts. The anticipated contract will be a firm fixed price for one year, with four optional years, covering the period from April 1, 2026, to March 31, 2031. The NAICS code for this project is 561790, and it qualifies under a small business set-aside program with a cap of $9 million. Interested parties are asked to respond with company details, experience with federal contracts, payment terms, socio-economic status, and any relevant industry insights, alongside a capability statement. Responses are due by August 12, 2025. The document emphasizes that all contractors must register in the System for Award Management (SAM) and that further information will be disseminated via SAM.gov. This initiative reflects the USAFA's commitment to compliance with safety regulations, particularly those set by the National Fire Protection Agency.
    The U.S. Department of Labor's Wage Determination No. 2015-5417 outlines wage rates and fringe benefits for various occupations under the Service Contract Act (SCA) in Colorado, specifically El Paso and Teller counties. The document highlights the minimum wage requirements based on Executive Orders 14026 and 13658, mandating a wage of at least $17.75 per hour for contracts awarded or extended after January 30, 2022, and $13.30 for those awarded between January 1, 2015, and January 29, 2022. Wage rates for specific occupations include various clerical positions, automotive service roles, health occupations, and more, with detailed benefits like health and welfare allowances, vacation, and holiday provisions. The document emphasizes that contractors must comply with these wage determinations for contract work, including requirements for paid sick leave and additional classifications not explicitly listed. It also addresses the process for submitting requests for classifying additional job titles under this wage determination if they are not included. This guidance ensures fair compensation for employees involved in federal contracts, reinforcing labor standards and protections. Overall, the document functions as a resource for employers and contractors regarding compliance with federal wage laws and contractor responsibilities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    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.
    USAFADS Smoke Oil
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of smoke oil for the United States Air Force Air Demonstration Squadron (USAFADS), also known as the Thunderbirds. The requirement includes 460 55-gallon drums of brand-name smoke oil, which must adhere to specific technical standards to prevent aircraft contamination, with delivery locations including Truth or Consequences, NM, Edwards AFB, CA, and Nellis AFB, NV. This procurement is critical for supporting training and airshow operations for the F-16 C/D model aircraft, with quotes due by December 8, 2025, and all interested vendors must be registered in the System for Award Management (SAM) prior to contract award. For further inquiries, vendors can contact SrA Carlos Burnes at carlos.burnes@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.
    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.
    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.
    Craig Work Center (CAG ADM) Janitorial Services
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Craig Work Center (CAG ADM) in Craig, Colorado. The contract, set aside for small businesses, will cover janitorial services from May 1, 2026, to April 30, 2031, with four option years available, and will be awarded as a Firm-Fixed Price Contract. This procurement is crucial for maintaining cleanliness and operational efficiency at the facility, ensuring compliance with federal regulations and security standards, including the REAL ID Act for facility access. Interested contractors must submit their proposals by February 4, 2026, and are encouraged to attend a site visit on December 16, 2025, to familiarize themselves with the requirements. For further inquiries, contact Karen McIvor at karen.ctr.mcivor@faa.gov or Jennifer J. Davis at jennifer.j.davis@faa.gov.
    USCGC BERTHOLF EXHAUST COMMERCIAL CLEANING
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide commercial cleaning services for the exhaust piping system of the USCGC BERTHOLF. The project involves cleaning the exhaust piping and stack uptakes for two Caterpillar 3512B Ship Service Diesel Generators, ensuring that one generator remains operational throughout the process, and requires adherence to specific Coast Guard drawings and safety regulations. This procurement is a total small business set-aside under NAICS Code 336611, with proposals due by December 10, 2025, at 0800 Pacific Time. Interested vendors can contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil for further information.
    USAFA CADET ATHLETIC JACKETS MNS AND WMNS
    Buyer not available
    The Department of Defense, through the United States Air Force Academy (USAFA), is soliciting quotes for the procurement of men's and women's athletic jackets under a Total Small Business Set-Aside contract. This opportunity involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract with one base year and four option years, requiring vendors to manufacture jackets according to detailed specifications, including the use of government-furnished materials. The athletic jackets are integral to the cadet dress uniform, emphasizing quality and adherence to specific design and material standards. Quotes are due by December 12, 2025, at 10:00 AM Mountain Standard Time, and interested vendors should contact Ronald Wilson or Wanda Farr for further information.