354 CE Exhaust System Maintenance
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force, specifically the 354 CONS PK, is soliciting proposals for Exhaust System Maintenance at Eielson Air Force Base, Alaska. This Total Small Business Set-Aside opportunity covers comprehensive inspection, maintenance, and repair services for designated kitchen ventilation, exhaust, make-up air, and heat recovery systems. Proposals are due February 13, 2026.
Scope of Work
The contractor will furnish all labor, equipment, materials, supervision, tools, supplies, certifications, and transportation necessary to ensure the normal, continuous, and safe operation of these systems. Key services include:
- Comprehensive Cleaning: Monthly, quarterly, bi-annual, annual, and additional requested cleanings, strictly adhering to NFPA 96 and OSHA standards.
- Inspections: Recurring inspections and detailed grease buildup inspections, with required documentation (digital photographs, reports).
- Preventive Maintenance: Tasks such as cleaning, adjusting, lubricating, tightening, and replacing parts as per manufacturer recommendations.
- Repairs: Identification and submission of recommended repairs for Government approval, including emergency repairs with a 4-hour response time.
- Materials: Provision of washdown solutions and management of reimbursable parts and materials, requiring prior approval.
Special requirements include providing Safety Data Sheets (SDS) for all chemicals, employing IKECA certified personnel with a minimum of three years of experience, and strict compliance with safety regulations (OSHA, NFPA 96, AFMAN 91-203).
Contract Details & Timeline
- Opportunity Type: Solicitation (FA500426R0004)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561790 (Other Services to Buildings and Dwellings) with a $9,000,000 size standard.
- Period of Performance: A Base Year (February 2026 - January 2027) and four Option Years (February 2027 - January 2031).
- Proposal Due: February 13, 2026, 22:00:00Z. All quotes must be valid for 90 days.
Evaluation Factors
Proposals will be evaluated using a Subjective Tradeoff Technically Acceptable (STOTA) approach. Technical Capability and Past Performance are considered more important than Price.
- Technical Acceptability: Evaluated on a pass/fail basis, focusing on technical certifications, compliance, and service call response times.
- Past Performance: Assessed for recency and relevancy, resulting in a confidence rating.
- Price: Includes a Total Evaluated Price (TEP) calculation and may involve a price realism analysis. The Government reserves the right to award to other than the lowest price.
Submission Requirements
Offerors must complete specific blocks (12, 17, 23, 24, 30) of the solicitation and submit invoices via Wide Area WorkFlow (WAWF). The Pricing Worksheet (Attachment 4) is critical for submitting proposed pricing. Bidders must also adhere to the Wage Determination (Attachment 2) for labor costs in the specified geographic area.