Hood and Duct 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 FA4855 27 SOCONS LGC, is soliciting proposals for Hood and Duct Maintenance services at Cannon Air Force Base, New Mexico. This is a Total Small Business Set-Aside opportunity. The requirement involves comprehensive maintenance for fire extinguishing and automatic fire alarm interconnect systems. Proposals are due by February 4, 2026, at 3:00 P.M. (MT).
Scope of Work
The contractor shall provide all necessary management, tools, supplies, materials, equipment, and labor for the inspection, testing, and maintenance of Hood and Duct Fire Extinguishing and Automatic Fire Alarm Interconnect Systems. Services include scheduled semi-annual visits (February and August) and unscheduled corrective maintenance. Work must comply with applicable NFPA standards, federal, state, and local regulations, ensuring system serviceability and reliability. Specific tasks involve refilling agent tanks, purging/flushing piping, resetting circuits, and replacing components.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 811310 (Small Business Size Standard: $12.5M)
- Product Service Code: J012 (Maintenance, Repair And Rebuilding Of Equipment: Fire Control Equipment)
- Contract Type: Implied Firm-Fixed-Price
- Period of Performance: Base Year + Option Years
- Place of Performance: Cannon Air Force Base, New Mexico (NM 88103)
Submission & Evaluation
Proposals must be submitted electronically. Evaluation will follow a Lowest Price Technically Acceptable (LPTA) source selection process, considering Technical Capability, Price, and Past Performance. Technical Capability and Past Performance will be rated Acceptable/Unacceptable, while Price will be evaluated for fairness, reasonableness, and balance. Discussions are not anticipated. Offerors must be registered in SAM.
Key Attachments & Requirements
Bidders must utilize the updated Attachment 2 - Proposal Price Worksheet (posted 2026-02-02) to detail pricing across the base year and four option years. Other critical documents include Attachment 3 - Offeror Information Document, Attachment 5 - Performance Work Statement (PWS), and Attachment 4 - Wage Determination (DOL No. 2015-5457, Rev. 29). Contractors must have at least five years of experience, relevant certifications, and adhere to environmental guidelines outlined in Appendix D - CAFB-MAFR Env_Contractor Guide.
Contact Information
- Primary: Jonathan Henry (jonathan.henry.14@us.af.mil, 5757844305)
- Secondary: Michael Barbera (michael.barbera@us.af.mil, 5757844501)