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 is soliciting proposals for Hoods, Ducts, and Fire Protection Systems Maintenance & Repair Services at Andersen Air Force Base (AAFB), Guam. This is a Total Small Business Set-Aside combined synopsis/solicitation for a Firm-Fixed-Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The government seeks to ensure safe operations and compliance with all applicable regulations and standards for these critical systems. Quotations are due by May 1, 2026, 12:00 PM Chamorro Standard Time (ChST).
Scope of Work
The contractor will provide comprehensive maintenance and repair services, including:
- Recurring inspections, cleaning, and minor repairs for hood and duct systems (NFPA 96).
- Inspection and certification of fire protection systems (NFPA 17 and NFPA 96).
- Repair of all identified deficiencies.
- Response to service calls within one business day.
- Development and submission of a Periodic Inspection and Preventive Maintenance (PI & PM) Program.
- Preparation of written reports and documentation for all work performed. All work must meet specified standards, regulations, and industry standards.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ).
- Period of Performance: A Base Year (July 1, 2026 - December 31, 2026), plus four 1-year option periods, and a discretionary 6-month extension.
- Place of Performance: Andersen Air Force Base, Guam.
- Set-Aside: 100% Total Small Business Set-Aside.
- NAICS Code: 561790 – Other Services to Buildings and Dwellings, with a size standard of $9.0M.
Submission Requirements
Quotations must be submitted via email to the listed points of contact by the deadline. Submissions require four distinct volumes:
- Volume I (Complete Quotation): Includes administrative information, technical solutions (Fire Protection, Hoods/Ducts Maintenance Plan, Quality Control Plan, Safety Plan), and certifications. (10-page limit).
- Volume II (Pricing Information): Must use the mandatory Attachment 2 Pricing Worksheet.
- Volume III (Past Performance Fact Sheet - PPFS): Up to three PPFS (Attachment 7) related to scope, size, and complexity, with instructions for submitting Past Performance Questionnaires (Attachment 8).
- Volume IV (Representations and Certifications): Statement asserting current, accurate, and complete SAM.gov registration and certifications, including completion of FAR 52.219-1.
Evaluation Criteria
Award will be made to the responsible offeror whose quotation is most advantageous to the Government, based on a best value determination considering:
- Price Evaluation Factor: Assessment of Total Evaluated Price, including fairness, reasonableness, and potential price realism.
- Technical Approach Factor: Comparison of proposed approaches and capabilities to meet PWS requirements.
- Past Performance Factor: Assessment of recent (last three years) and relevant past performance. The Government intends to award without discussions but reserves the right to communicate and solicit revised quotations.
Important Notes & Amendments
- Mandatory Site Visit: The site visit originally scheduled for April 15, 2026, has been postponed due to Typhoon Sinlaku. A new date will be announced via a future amendment. Bidders should continue to monitor the solicitation.
- Questions: Must be submitted in writing via email by April 22, 2026, 4:00 PM ChST.
- SAM.gov: All companies must be registered and maintain active registration in SAM.gov.
- Wage Determination: Bidders must adhere to the minimum wage rates and fringe benefits specified in Attachment 3 (Wage Determination 2015-5693 rev 26).
Contact Information
- Primary: Nicole Servin (nicole.servin@us.af.mil, 671-366-1721)
- Secondary: SIR RASHALIQ Hankerson (sir_rashaliq.hankerson@us.af.mil, 671-366-6680)