Base-Wide Hood and Duct Cleaning Service
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, 9th Civil Engineering Squadron at Beale AFB, CA, is soliciting proposals for Base-Wide Hood and Duct Cleaning Services. This is a Combined Synopsis/Solicitation (RFQ) issued as a 100% Small Business Set-Aside under NAICS 561790 (size standard $9.0M). The requirement is for non-personal services to maintain kitchen exhaust systems across nine (9) facilities.
Scope of Work
The contractor shall provide routine annual, semi-annual, and quarterly cleaning services for kitchen exhaust hoods and ducts. This includes all containment components, duct fittings, dampers, plenums, filters, air-handling equipment, fan/blower housing, fan wheel/blades, and fan drip containers. Cleaning methods involve power jet washing, hand scraping, and hand wiping, with all components steam cleaned to bare metal. Services must comply with NFPA Standards 17A, 96, AFI 91-203, manufacturer's instructions, and all applicable local, state, and federal regulations. The contractor is responsible for providing all necessary personnel, equipment, tools, supplies, and materials. Specific facilities and cleaning frequencies are detailed in the Performance Work Statement (PWS).
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: April 17, 2026 – April 16, 2031 (Base Year + four (4) option periods)
- Set-Aside: 100% Small Business Set-Aside
- Place of Performance: Beale AFB, CA
- Questions Due: Wednesday, February 18, 2026, at 10:00 AM PST
- Offers Due: Thursday, February 26, 2026, at 10:00 AM PST
- Published Date: January 12, 2026
Evaluation Criteria
Award will be based on a best-value tradeoff, considering Technical Acceptability, Past Performance, and Price. Technical capability and past performance are deemed significantly more important than cost or price. Key evaluation factors include a detailed Scheduling Plan, demonstrated recent and relevant past performance, and proposed pricing. Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications.
Key Attachments & Instructions
The solicitation package includes:
- Attachment 1 - Solicitation: Details line items, delivery/performance schedules, and specific evaluation criteria.
- Attachment 2 - PWS: Outlines the comprehensive scope of work and performance standards.
- Attachment 3 - Wage Determination: Provides minimum wage rates and fringe benefits for compliance.
- Attachment 4 - Past Performance Summary Sheet: A form for offerors to detail relevant past contract performance. Offerors must acknowledge all provisions and clauses, including FAR 52.212-1, 52.212-2, 52.212-4, and 52.212-5.