CLEANING COMMERCIAL KITCHEN EXHAUST SYSTEMS
ID: W91QF5-25-R-0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT GREGG-ADAMSFORT GREGG ADAMS, VA, 23801-0000, 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, through the Mission and Installation Contracting Command (MICC) at Fort Gregg-Adams, Virginia, is seeking proposals for a non-personal services contract to provide cleaning services for commercial kitchen exhaust systems. The contractor will be responsible for all aspects of the cleaning process, including personnel, equipment, and compliance with performance standards outlined in the Performance Work Statement (PWS), without direct government supervision. This procurement is vital for maintaining safety and hygiene standards within military facilities, ensuring compliance with local, state, and federal regulations. Interested small businesses must submit their proposals by October 25, 2024, with questions directed to the contract specialists by October 15, 2024. The anticipated contract period begins on November 1, 2024, and extends for one base year with four optional renewal periods, with a total estimated value not exceeding $9 million.

    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for a Base Operations and Maintenance Contract focused on cleaning the kitchen exhaust system at Fort Gregg-Adams, Virginia. It describes the background and operational requirements for the contractor, emphasizing the provision of personnel, equipment, and services without direct government supervision. Key objectives include adherence to maintenance standards, safety regulations, and environmental compliance. The contract spans five years, with various performance standards and requirements such as emergency services, contract management, and the reporting of accidents. The contractor must ensure qualified personnel with relevant experience are deployed, maintain quality control through an established Quality Control Plan, and integrate recycled materials into processes. Deliverables include incident reports, quality assurance documentation, and training completion certificates. The contractor is also responsible for resolving any damages caused by their operations and ensuring compliance with federal, state, and local regulations. This comprehensive approach aims to enhance operational efficiency, safety, and sustainability at the military installation.
    The document is a combined synopsis/solicitation (W91QF5-25-R-0001) for Kitchen Exhaust Cleaning Services at Fort Gregg-Adams, Virginia. The Mission and Installation Contracting Command (MICC) intends to procure a non-personal services contract, whereby the contractor will be responsible for cleaning commercial kitchen exhaust systems without direct government supervision. The contractor must adhere to performance standards specified in the Performance Work Statement (PWS) and comply with all relevant regulations, emphasizing cost-effectiveness and innovative practices. The acquisition is a small business set-aside, classified under NAICS Code 561790, with a total estimated contract value not exceeding $9 million. The contract is expected to last for one base year, starting around November 1, 2024, with four optional renewals. Evaluation criteria for proposals include technical capability, price, and past performance, ultimately leading to a Lowest Priced Technically Acceptable (LPTA) award decision. Interested offerors must submit proposals by October 25, 2024, with questions directed to the designated contract specialists by October 15, 2024. A site visit is scheduled for October 10, 2024, for potential bidders. Key attachments include the PWS, technical exhibits, and wage determination information relevant to the execution of these services.
    The document outlines a government Request for Proposal (RFP) focused on cleaning services for kitchen exhaust systems, including hoods, fans, and ducts across various buildings. It details multiple line items, including labor, chemicals, and miscellaneous materials required for these cleaning services, with prices to be determined. The services are divided into different categories, such as urgent service calls, and are designated as Firm Fixed Price (FFP), indicating that costs are established upfront. The delivery and performance section specifies a period of performance spanning from November 1, 2024, to October 31, 2029, with all deliveries to be made to a designated address at Fort Gregg-Adams, VA. The consistency of service location across multiple items suggests a streamlined approach to service procurement. This procurement document emphasizes the importance of maintaining safety and compliance in government facilities through regular cleaning and maintenance of kitchen exhaust systems, aligning with broader government objectives for operational excellence and regulatory adherence.
    The document outlines the contract clauses applicable to government Request for Proposals (RFPs) and grants, including various compliance requirements regarding labor standards, payments, and contractor representations. Key clauses include stipulations against contracting with certain entities, conditions related to employment eligibility verification, and specific certifications regarding sourcing and labor practices. The document also emphasizes the requirement for contractors to complete representations and certifications for small business status and compliance with federal regulations. Furthermore, it mandates various assurances concerning federal tax compliance, child labor laws, insurance requirements, and reporting responsibilities on greenhouse gas emissions. Notably, provisions concerning the usage of telecommunications technology and prohibited operations in states sponsoring terrorism are also included. These clauses ensure that potential contractors adhere to the government’s extensive guidelines for ethical, legal, and regulatory compliance when engaging in federal contracts or grants, reinforcing a commitment to transparency and responsibility in public procurement.
    The document outlines the evaluation process for proposals in response to a government RFP, specifically focusing on criteria for award decisions. The evaluation will be based on three main factors: Technical Capability, Past Performance, and Price. Proposals must receive an acceptable or neutral rating and will then be ranked by overall price, including base and options. The Government aims to award one contract to the Lowest Priced Technically Acceptable (LPTA) offer deemed complete and reasonable. Technical Capability evaluation assesses each proposal against mandatory requirements in the Performance Work Statement (PWS). Past Performance is reviewed using the Past Performance Information Retrieval System (PPIRS), where ratings range from Acceptable to Unacceptable. Price evaluation examines completeness, fair pricing, and the Total Evaluated Price (TEP). The overall evaluation process may require discussions if necessary, but the Government retains the right to award contracts based solely on initial proposals. The acceptance of an offer results in a binding contract without further action, highlighting efficient contract procurement in line with government procurement policies.
    The file outlines a non-personnel services contract for cleaning kitchen exhaust systems at Fort Gregg-Adams, Virginia. The contractor is responsible for all labor, equipment, materials, and supervision necessary for the cleaning, adhering to standards such as NFPA 96. Special qualifications require the contractor's employees to have at least one year of relevant experience. The contractor must provide a work schedule within seven days post-award and report the condition of equipment after each cleaning session. The document specifies tasks such as cleaning ducts, hoods, fans, and filters, emphasizing safety protocols and the use of non-toxic cleaning agents. Urgent service requests are to be addressed within two hours, with a mandatory completion of urgent work within one working day. A structured deliverables schedule details the frequency and format of required reports, ensuring compliance and operational efficiency. Overall, this contract serves as a framework for maintaining kitchen safety and functionality within military facilities, reflecting adherence to health and safety regulations while emphasizing the importance of systematic servicing and reporting.
    The document outlines workload data pertaining to the cleaning of kitchen duct hoods across various buildings. It categorizes the cleaning frequency into three intervals: annual, biannual, and triannual, reflecting the specific usage and unit counts for each building. For example, certain units are scheduled for cleaning once a year, while others require services twice or thrice a year. Additionally, three units are set for cleaning eight times annually. Overall, the data compiles the total quantities of units affected and their respective cleaning frequencies, resulting in an aggregated total of various cleaning obligations across the facilities. This document serves as a part of the broader framework for federal and state requirements related to maintenance contracts, specifically concerning health and safety standards in public buildings, reinforcing the government's commitment to maintaining hygienic environments within its operational facilities.
    The document is a Wage Determination Notice from the U.S. Department of Labor concerning the Service Contract Act (SCA) for contracts taking place in various Virginia counties. Its primary purpose is to outline required wage rates and benefits for workers under government contracts, which must comply with Executive Orders 14026 and 13658 related to minimum wages. Workers covered by these contracts must be paid no less than $17.20 per hour if the contract is entered after January 30, 2022, or $12.90 per hour for contracts awarded between 2015 and January 29, 2022, unless otherwise specified. The document lists various occupational codes along with their respective wage rates and highlights additional requirements regarding fringe benefits, paid sick leave, and vacation entitlements. Furthermore, it addresses compensations for hazardous conditions and uniform allowances for employees. Essential links to further contractor and employee protections are provided for comprehensive understanding. This document is crucial for ensuring fair labor practices and compliance with federal regulations within the purview of government RFPs and grants, ultimately serving to protect the rights of workers associated with federal contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    99 CES Hoods and Ducts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for exhaust system cleaning services at Nellis Air Force Base (AFB) under the title "99 CES Hoods and Ducts." The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform comprehensive cleaning of exhaust ducts, fans, and related equipment at various food service facilities, ensuring compliance with safety standards and regulations. This procurement is crucial for maintaining safe and operational exhaust systems, thereby preventing fire hazards in food service areas. Interested small businesses must submit their proposals electronically by September 30, 2024, and direct any inquiries to Tiffany Jones at tiffany.jones.33@us.af.mil or Rachel Tilley at rachel.tilley.1@us.af.mil, with a focus on technical capability, past performance, and pricing as evaluation criteria.
    Hoods & Duct Cleaning
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide hood and duct cleaning services at F.E. Warren Air Force Base in Wyoming. The procurement involves comprehensive cleaning and inspection of kitchen exhaust systems, adhering to National Fire Protection Association standards, with a contract value of approximately $9 million over multiple years, starting from January 2025. These services are critical for maintaining operational safety and compliance within military facilities, ensuring that essential cleaning operations continue uninterrupted, especially during emergencies. Interested contractors must submit their written quotations by October 3, 2024, and can direct inquiries to Contract Specialists Kyra Niece or Shane Yurkus via the provided contact information.
    J073--Kitchen Hood Inspection and Cleaning
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Kitchen Hood Inspection and Cleaning services at the Bay Pines VA Medical Center in Florida. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and aims to ensure compliance with NFPA 96 standards for kitchen hood maintenance, which is critical for safety and operational efficiency in food preparation areas. The contract will span from October 17, 2024, through October 16, 2029, with a mandatory site visit scheduled for October 1, 2024, and proposals due by October 7, 2024, at 2 PM Eastern Time. Interested vendors should contact Contracting Officer Angel Garay at angel.garay@va.gov or 727-776-9678 for further details.
    Kitchen Hoods & Fire Suppression System Inspection, Repair, & Maintenance (Service)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the inspection, repair, and maintenance of kitchen hoods and fire suppression systems at F.E. Warren Air Force Base in Wyoming and associated Missile Alert Facilities. The procurement requires contractors to provide all necessary personnel, equipment, and services for semi-annual inspections, maintenance, and emergency repairs, ensuring compliance with applicable standards and regulations. This initiative is crucial for maintaining operational readiness and safety within military facilities, emphasizing the importance of effective fire suppression systems. Interested parties must submit their written quotations by October 15, 2024, with inquiries directed to Halle Schaneman at halle.schaneman@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil, and must be registered in the System for Award Management (SAM) prior to contract award.
    III Armored Corps Agricultural Sanitation and Washing Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Agricultural Sanitation and Washing Services for the III Armored Corps at Fort Cavazos, Texas. The contractor will be responsible for providing non-personal services that include the application of agricultural disinfectant and washing of military equipment, ensuring compliance with safety and environmental regulations as outlined by the Armed Forces Pest Management Board. This contract is crucial for maintaining hygiene standards and readiness for military deployments, as it involves sanitizing various military assets, including vehicles and unmanned aerial systems, to meet foreign customs regulations. Interested parties must submit their proposals by the deadline of October 10, 2024, at 10:00 AM CDT, and can direct inquiries to Travis E. Engle or Christopher A. Richie via the provided email addresses.
    Kitchen Exhaust System Cleaning, Minor Inspection and Parts Replacement Services at U.S. MARINE CORPS AIR STATION IWAKUNI, JAPAN
    Active
    Dept Of Defense
    Presolicitation notice: DEPT OF DEFENSE, DEPT OF THE NAVY is seeking Kitchen Exhaust System Cleaning, Minor Inspection and Parts Replacement Services at U.S. MARINE CORPS AIR STATION IWAKUNI, JAPAN. This service is typically used for maintaining and repairing the kitchen exhaust system at the air station. The anticipated contract type is a performance-based, Firm Fixed Priced contract, Recurring Work Items. The contract period will be for a Basic Period of 12 months and one 12-month Option Period with a planned start date of 01 November 2019. This solicitation is intended only for local sources registered to conduct business in Japan. Bidders must be registered in the System for Award Management (SAM) database to be eligible for award. The planned solicitation issuing date is on or about 30 Aug 2019. Interested contractors can view and download the solicitation from the Federal Business Opportunities (FBO) website at https://www.FBO.gov. Interested firms are requested to provide capability statements including company name, DUNS Number and CAGE Code, mailing address, and point of contact information. Capabilities statement should be submitted via email to Reiko Nishimoto at reiko.nishimoto.ja@usmc.mil.
    Philpott Janitorial Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is soliciting proposals for janitorial services at Philpott Lake in Bassett, Virginia. The objective of this procurement is to maintain cleanliness across various facilities, including the Visitor Center and multiple recreation areas, with a contract period extending from November 2024 through November 2029, including options for additional years. This initiative underscores the importance of high hygiene standards for public facilities, ensuring a positive experience for visitors while promoting opportunities for small businesses, particularly those owned by service-disabled veterans. Interested contractors must submit both a price quote and a technical proposal electronically by the specified deadline, with further inquiries directed to Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy Small at troy.d.small@usace.army.mil.
    Linen/Mat Rental and Cleaning Services IN, KS, TN, TX
    Active
    Dept Of Defense
    The Defense Commissary Agency (DeCA) is seeking proposals for Linen/Mat Rental and Cleaning Services to be provided at multiple military locations, including Arnold AFB, Crane NWSC, Fort Riley, Fort Worth, and McConnell AFB. The contract will cover a base period from December 1, 2024, to November 30, 2025, with options for up to four additional years, requiring contractors to deliver high-quality linens and cleaning services while adhering to strict government regulations. This procurement is crucial for ensuring that military personnel have access to necessary linens and cleaning supplies, thereby supporting operational readiness. Interested contractors must submit their proposals by 3:00 PM on October 3, 2024, and can contact Christina Ellison at christina.ellison@deca.mil or by phone at 804-734-8000 for further information.
    LAUNDRY AND DRY CLEANING
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for laundry and dry cleaning services at Fort Moore, Georgia, under solicitation number W9124924Q0013. The contract, set aside for small businesses, aims to provide comprehensive laundering and dry cleaning of government-owned items, including linens and uniforms, in compliance with environmental and safety regulations. This service is crucial for maintaining the health and sanitation standards required for military operations and supporting the morale of service members and their families. Interested vendors must submit their price quotes by October 18, 2024, and ensure compliance with federal procurement guidelines, with additional inquiries directed to primary contacts Keosha Moss and Symone Y. Collins via their respective emails.
    Steam cleaning of dumpsters, mud traps and exhaust fans at NAS Lemoore, California
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is soliciting bids for the steam cleaning of dumpsters, mud traps, and exhaust fans at Naval Air Station Lemoore in California. This procurement aims to ensure the cleanliness and maintenance of essential facilities, which is critical for operational readiness and hygiene standards. The services required fall under the Facilities Support Services category, specifically classified under NAICS code 561210 and PSC code S201 for custodial and janitorial services. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil and searching for solicitation number N6247324RJ512. For inquiries, potential bidders may contact Jocelynn Jacobson at jocelynn.l.jacobson.civ@us.navy.mil or Antonio Harley at antonio.b.harley2.civ@us.navy.mil.