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

Yigo, 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 8, 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, 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 contract set aside for Total Small Businesses. The government intends to award to the responsible offeror whose submission is most advantageous, considering price, technical approach, and past performance. Proposals are due May 8, 2026, at 12:00 PM ChST.

Scope of Work

This opportunity requires comprehensive maintenance and repair services for hoods, ducts, and fire protection systems at Andersen AFB, Guam. Key services include 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), and repair of all identified deficiencies. The contractor will also be responsible for responding to service calls within one business day, developing a Periodic Inspection and Preventive Maintenance (PI & PM) Program, and providing detailed reports. Work must adhere to all applicable regulations and industry standards.

Contract & Timeline

  • Contract Type: Firm-Fixed-Price
  • Period of Performance: A Base Year (July 1, 2026 – December 31, 2026), plus four 1-Year Options, and a discretionary six-month extension.
  • Place of Performance: Andersen Air Force Base, Yigo, Guam.
  • 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.
  • Proposal Due: May 8, 2026, 12:00 PM Chamorro Standard Time (ChST).
  • Questions Due: May 1, 2026, 4:00 PM ChST.
  • Past Performance Questionnaire Due: May 8, 2026, 12:00 PM ChST.
  • Published Date: April 22, 2026.

Submission Requirements

Quotations must be submitted via email to nathaniel.entilla@us.af.mil, nicole.servin@us.af.mil, and sir_rashaliq.hankerson@us.af.mil. Submissions must be clear, concise, and organized into four distinct volumes:

  • Volume I (Complete Quotation): Includes administrative information, technical solutions (Fire Protection Technical Solutions, Certifications, Hoods and Ducts Maintenance Plan, Quality Control Plan, Safety Plan), and Teaming Agreements (if applicable). (10-page limit).
  • Volume II (Pricing Information): Must use the mandatory Attachment 2 Pricing Worksheet 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, along with instructions for Past Performance Questionnaires (PPQs - Attachment 8).
  • Volume IV (Representations and Certifications): Statement asserting current, accurate, and complete SAM.gov registration.

Evaluation Factors

Award will be made to the responsible offeror representing the best value to the Government, based on a comparative evaluation of:

  • Price Evaluation Factor: Assesses Total Evaluated Price (TEP), including fairness, reasonableness, and potential price realism.
  • Technical Approach Factor: Compares proposed approaches and capabilities to meet Performance Work Statement (PWS) requirements.
  • Past Performance Factor: Assesses recent (last three years) and relevant past performance, including predecessor companies, key personnel, and subcontractors.

Important Notes

A mandatory site visit is scheduled for April 29, 2026, at 9:00 AM ChST at the 36th Contracting Squadron’s Main Conference Room, Building 22026, Andersen AFB, Guam. Failure to attend will result in an unacceptable quotation rating. Offerors must be registered in SAM.gov and comply with insurance requirements. Wage Determination 2015-5693 rev 26 applies.

People

Points of Contact

SIR RASHALIQ HankersonSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

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