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 (CES) at Beale AFB, is soliciting proposals for Base-Wide Hood and Duct Cleaning Services. This is a Combined Synopsis/Solicitation (RFQ) for commercial services, issued as a 100% Small Business Set-Aside. The requirement is for routine cleaning of kitchen exhaust hood and duct systems across nine facilities at Beale AFB, CA. Offers are due Thursday, February 26, 2026, at 10:00 AM PST.
Scope of Work
The contractor will provide non-personal services for scheduled annual, semi-annual, and quarterly kitchen hood and duct cleaning. This includes all containment components, duct fittings, dampers, plenums, filters, air-handling equipment, fan and 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 rules. The contractor is responsible for providing all personnel, equipment, tools, supplies, and materials.
Contract Details
This is a Firm Fixed Price contract with a Base Year plus four (4) option periods, for a total potential duration from April 17, 2026, to April 16, 2031. The place of performance is Beale AFB, CA. This is a follow-on requirement to contract FA468624P0018, for which HUG Corporation was the incumbent with a total contract value of $165,147.40.
Set-Aside & NAICS
This acquisition is a 100% Small Business Set-Aside under NAICS code 561790 – Other Services to Buildings and Dwellings, with a small business size standard of $9.0 million.
Evaluation Criteria
Award will be based on a best-value tradeoff approach, considering Technical Acceptability, Past Performance, and Price. Technical capability and past performance are considered significantly more important than cost or price. Offerors must submit a detailed Scheduling Plan and demonstrate recent and relevant past performance using the provided Past Performance Summary Sheet.
Key Dates & Contacts
- Questions & Answers Due: Wednesday, February 18, 2026, at 10:00 AM PST
- Offers Due: Thursday, February 26, 2026, at 10:00 AM PST
- Contracting Officer: Teresa Romig (teresa.romig@us.af.mil)
- Contract Specialist: SSgt VeAnca Crawley (veanca.crawley.1@us.af.mil)
Attachments & Notes
Key attachments include the Solicitation (Attachment 1), Performance Work Statement (Attachment 2), Past Performance Summary Sheet (Attachment 4), and a Wage Determination (Attachment 3). Offerors must complete and return Attachment 1 (Solicitation) as part of their quote submission and include a completed copy of FAR 52.212-3, Offeror Representations and Certifications. Q&A questions 1 and 2 were uploaded on February 12, 2026.