Hoods, Ducts, and Fire Protection Systems Maintenance & Repair Services Andersen AFB, Guam

SOL #: FA524026Q0009Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA5240 36 CONS LGC
APO, AP, 96543-4040, United States

Place of Performance

GU

NAICS

Other Services to Buildings and Dwellings (561790)

PSC

Maintenance Of Dining Facilities (Z1FD)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 27, 2026
2
Last Updated
May 4, 2026
3
Submission Deadline
May 1, 2026, 2:00 AM

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 (FA5240 36 CONS LGC) is soliciting proposals for Hoods, Ducts, and Fire Protection Systems Maintenance & Repair Services at Andersen Air Force Base (AAFB), Guam. This is a Firm-Fixed-Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The requirement is a Total Small Business Set-Aside. Proposals are due May 1, 2026, at 12:00 PM Chamorro Standard Time (ChST).

Scope of Work

The contractor will provide comprehensive maintenance and repair services for hoods, ducts, and fire protection systems at AAFB. This includes recurring inspections, cleaning, and minor repairs for hood and duct systems (NFPA 96), as well as inspecting and certifying fire protection systems (NFPA 17, 96). The scope also covers repairing identified deficiencies, responding to service calls within one business day, developing a Periodic Inspection and Preventive Maintenance (PI & PM) Program, and submitting required reports. Work may need to be scheduled outside normal operating hours.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 561790 – Other Services to Buildings and Dwellings
  • Size Standard: $9.0 Million
  • Period of Performance: A 6-month Base Period (July 1, 2026 – December 31, 2026) followed by four (4) 12-month Option Years (January 1, 2027 – December 31, 2030). A discretionary 6-month extension is also possible.
  • Place of Performance: Andersen Air Force Base, Guam 96929, United States

Key Dates & Actions

  • Mandatory Site Visit: Wednesday, April 15, 2026, at 09:00 AM ChST at Building 22026, Andersen AFB. Failure to attend will result in an unacceptable rating. Specific instructions for base access are provided in Attachment 9.
  • Questions Due: April 22, 2026, 4:00 PM ChST (via email).
  • Proposals Due: May 1, 2026, 12:00 PM ChST (via email).
  • Past Performance Questionnaires (PPQs) Due: May 1, 2026, 12:00 PM ChST.

Submission Requirements

Quotations must be clear, concise, and submitted via email in four distinct volumes:

  • Volume I (Complete Quotation): Includes administrative information, technical solutions for fire protection, certifications, maintenance plans, Quality Control Plan, Safety Plan, and Teaming Agreement (if applicable). Limited to 10 pages.
  • Volume II (Pricing Information): Must use Attachment 2, the Mandatory Pricing Sheet, for all Contract Line Items (CLINs).
  • Volume III (Past Performance Fact Sheet - PPFS): Maximum of three PPFS (Attachment 7) related to scope, size, and complexity. Offerors must identify current Points of Contact (POCs) for Past Performance Questionnaires (Attachment 8).
  • Volume IV (Representations and Certifications): Statement asserting current, accurate, and complete SAM.gov registration.

Evaluation Criteria

Award will be made to the responsible offeror whose quotation represents the best value to the Government, considering both price and non-price factors. Evaluation factors include:

  • Price Evaluation Factor: Assesses Total Evaluated Price (TEP), fairness, reasonableness, and potential price realism.
  • Technical Approach Factor: Compares proposed approaches and capabilities to meet the Performance Work Statement (PWS) requirements.
  • Past Performance Factor: Assesses recent (last three years) and relevant past performance, including predecessor companies, key personnel, and subcontractors. The Government intends to award without discussions but reserves the right to communicate with offerors and solicit revised quotations.

Important Notes

  • Offerors must be registered and maintain active registration in SAM.gov.
  • Amendment 0001 incorporates FAR provision 52.219-1, Small Business Program Representations, which offerors must complete.
  • Attachment 3, Wage Determination 2015-5693 rev 26, specifies minimum wage rates and fringe benefits for Guam, which must be factored into proposals.
  • Required insurance coverage includes Comprehensive General Liability, Automobile Liability, and Worker's Compensation.

Contacts

People

Points of Contact

SIR RASHALIQ HankersonSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6
Combined Synopsis/Solicitation
Posted: May 4, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Apr 22, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Apr 22, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Apr 13, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Apr 8, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 27, 2026
View