Hoods and Ducts Maintenance/Repair Services IDIQ
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 is soliciting quotes for Hoods and Ducts Maintenance/Repair Services at Edwards Air Force Base, CA. This is a 100% Total Small Business Set-Aside for a Firm Fixed-Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract. The requirement involves cleaning and maintenance of food service facility exhaust systems. Quotes are due by 9:00 a.m. PST on February 25, 2026.
Scope of Work
The contractor will provide all labor, equipment, tools, materials, and supervision for comprehensive hood and duct system cleaning at Edwards AFB food service facilities. Services include general cleaning of hoods, ducts, and fan assemblies to bare metal, grease filter cleaning, and proper disposal of waste. Personnel must be trained and certified in accordance with NFPA 96 and IKECA standards. The SOW also covers "Over and Above Repairs" with a Not to Exceed (NTE) amount of $83,500. Compliance with NFPA 96, UFC 3-600-01, and DAFMAN 91-203 is mandatory.
Contract Details
- Contract Type: Firm Fixed-Price, Indefinite Delivery Indefinite Quantity (IDIQ). One award is anticipated.
- NAICS: 561790, Other Services to Buildings and Dwellings, with a $9,000,000 size standard.
- Period of Performance: Approximately 4 years and 7 months, estimated from March 6, 2026, to September 30, 2030.
- CMMC 2.0: Level 1 compliance is a non-negotiable "go/no-go" condition for award eligibility. Offerors must complete a self-assessment in the Supplier Performance Risk System (SPRS) via PIEE.
- Site Visit: A site visit is scheduled for February 4, 2026. Interested contractors must submit required personal information (Full Name, DOB, DL#, Last 4 SSN, Country of Birth, Citizenship Status) to suzanna.kussman@us.af.mil and brashad.erskine@us.af.mil by 7:30 a.m. PST on January 30, 2026, to be eligible to attend. Base access requires a REAL ID or specific alternative documents. In the event of a Government shutdown, the site visit will be postponed and rescheduled.
Submission & Evaluation
This is a Request for Quote (RFQ) under solicitation number FA930126Q0005. Quotes must be submitted via email and structured into three volumes:
- Volume I: Price Quotation (CLINs 0001-4003).
- Volume II: Technical Submission (max 25 pages), demonstrating ability to meet SOW requirements.
- Volume III: Past Performance Information (max 6 pages), including at least two recent, relevant contracts. Award will be based on a best-value evaluation, where Technical Capability and Past Performance are considered more important than Price. Quotes must remain firm for 90 calendar days. SAM.gov registration is required.
Key Dates
- Site Visit Information Due: January 30, 2026, 7:30 a.m. PST
- Site Visit: February 4, 2026
- Questions Due: February 9, 2026, 12:00 p.m. PST
- Quotes Due: February 25, 2026, 9:00 a.m. PST
Contacts
- Suzanna Kussman: suzanna.kussman@us.af.mil
- Brashad Erskine: brashad.erskine@us.af.mil