Hoods, Ducts, and Fire Protection Systems Maintenance & Repair Services Andersen AFB, Guam
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, 36 CONS LGC, is soliciting proposals for Hoods, Ducts, and Fire Protection Systems Maintenance & Repair Services at Andersen Air Force Base, Guam. This is a Firm-Fixed-Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contract, set aside for Total Small Businesses. Proposals are due May 08, 2026, at 12:00 P.M. Chamorro Standard Time (ChST).
Scope of Work
The contractor will provide comprehensive maintenance and repair services for hoods, ducts, and fire protection systems, ensuring safe operations and compliance with regulations. Key tasks include recurring inspections, cleaning, minor repairs, fire protection system certification, and responding to service calls. All services must adhere to the Performance Work Statement (PWS) (Attachment 1) and relevant industry standards like NFPA.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ)
- Period of Performance: A base period from July 1, 2026, to December 31, 2026, followed by four 1-year option periods, and a discretionary 6-month extension.
- Place of Performance: Andersen Air Force Base, Yigo, Guam 96929.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 561790 – Other Services to Buildings and Dwellings, with a $9.0M size standard.
Submission Requirements
- Proposal Due Date: May 08, 2026, 12:00 P.M. ChST.
- Submission Method: Via email to nathaniel.entilla@us.af.mil, nicole.servin@us.af.mil, and sir_rashaliq.hankerson@us.af.mil.
- Mandatory Site Visit: Rescheduled to April 29, 2026, at 09:00 AM ChST at 36 CONS. Failure to attend will result in an unacceptable rating. Specific instructions for base access are in Attachment 9.
- Quotation Structure: Proposals must be submitted in four distinct volumes:
- Volume I (Complete Quotation): Includes administrative info, technical solutions, certifications, maintenance plans, QCP, safety plan, and small business self-certification (10-page limit).
- Volume II (Pricing Information): Must use the mandatory Pricing Worksheet (Attachment 2).
- Volume III (Past Performance): Up to three Past Performance Fact Sheets (Attachment 7) with corresponding Past Performance Questionnaires (Attachment 8) to be completed by past clients.
- Volume IV (Representations and Certifications): Statement asserting current SAM.gov registration.
- Quotation Validity: Must be valid for 90 days.
Evaluation Criteria
Award will be made to the responsible offeror whose quotation represents the best value to the Government, considering Price, Technical Approach, and Past Performance. The Government intends to award without discussions but reserves the right to conduct them.
Important Notes
This solicitation has undergone several amendments. Amendment 0005 confirmed the RFI period ended May 1, 2026 (no questions submitted) and updated clauses, including the formal incorporation of 52.222-90 (Addressing DEI Discrimination by Federal Contractors). Offerors must be registered and maintain active registration in SAM.gov and complete small business self-certification as per Attachment 4. Applicable clauses and provisions, including 52.219-1 (Small Business Program Representations) and 52.219-14 (Limitations on Subcontracting), are incorporated by reference. A Wage Determination (Attachment 3) applies.