Commercial Kitchen Exhaust System Cleaning and Inspection Services at Naval Air Station Meridian, Mississippi
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 Navy, NAVFACSYSCOM SOUTHEAST, is soliciting proposals for Commercial Kitchen Exhaust System Cleaning and Inspection Services at Naval Air Station Meridian, Mississippi, and Outlying Joe Williams Field in Dekalb, Mississippi. This is a Total Small Business Set-Aside opportunity. Offers are due by April 14, 2026, at 5:00 PM Central Standard Time.
Scope of Work
The selected contractor will provide comprehensive cleaning and inspection services for nine commercial kitchen exhaust systems across three government facilities. This includes two facilities at Naval Air Station Meridian and one at Outlying Joe Williams Field. All work must strictly adhere to NFPA 96 standards for Ventilation Control and Fire Protection of Commercial Cooking Operations, as well as specific contract requirements. The scope covers all labor, materials, and equipment, ensuring compliance with safety controls, waste management regulations, and the use of non-toxic chemicals.
Contract Details
- Contract Type: Firm-Fixed-Price commercial service contract.
- Duration: One base year with four one-year option periods, totaling a potential five-year contract.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 561790 (Other Services to Buildings & Dwellings).
- Product Service Code: Z1FD (Maintenance Of Dining Facilities).
Key Amendments & Updates (Amendment 0001)
Solicitation N6945026Q0003 has been amended (0001) to:
- Incorporate facility drawings for each service location.
- Provide government responses to thirty-one pre-proposal inquiries.
- Extend the offer due date to April 14, 2026, at 5:00 PM CST.
- Modify service locations for specific CLINs (e.g., Fire Station 2 changed to Fire Station 3 in DeKalb).
- Adjust the Period of Performance for the base year and all option years.
Submission & Evaluation
This acquisition uses a Lowest Price Technically Acceptable (LPTA) evaluation methodology. Offerors must submit a complete package including the signed SF30 (Amendment 0001), SF 1449 (Solicitation), proof of past performance (e.g., CPARS or completed PPQ-0), and responses to all contract clauses and provisions. Offerors should consult page 32 of the SF1449, "Addendum to 52.212-1," for required documentation. Firms that previously submitted an offer must review Amendment 0001, confirm or adjust pricing, and resubmit a new, complete offer package. Past performance is significantly less important than price.
Important Notes
- Facility drawings require requesting access via the SAM.gov website and approval from the contracting officer.
- The Service Contract Act (SCA) applies, and offerors must include prevailing wages based on Wage Determination 2015-5169, revision 28.
- Proof of insurance is required immediately upon award.
Contact Information
- Primary: Lea Cook, lea.m.cook.civ@us.navy.mil, 601-679-2804
- Secondary: Jason Clayton, jason.e.clayton.civ@us.navy.mil, 601-679-2510