JBSA Hood and Duct Cleaning Services
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, specifically the 502 CONS CL office, is seeking Exhaust Hood & Duct Cleaning Services for various Joint Base San Antonio (JBSA) locations in Texas. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The requirement is to provide all necessary personnel, equipment, tools, materials, and supervision to perform exhaust hood and duct cleaning as defined in the Performance Work Statement (PWS). Responses are due by May 18, 2026, at 5:00 PM UTC.
Scope of Work
The contractor will provide comprehensive exhaust hood and duct cleaning services at JBSA Fort Sam Houston, Camp Bullis, Randolph, Lackland, and Chapman Training Annex. Services must adhere to National Fire Protection Association (NFPA) Code 96, Standard for Ventilation Control and Fire Protection of Commercial Cooking Operations. This includes cleaning grease hoods (carrying grease-laden vapors), but specifically excludes steam hoods. The contractor must comply with all federal, state, and local laws.
Specific Tasks
- Scheduling: Coordinate cleaning schedules 10 working days in advance with facility managers and the COR, confirming appointments 24-48 hours prior.
- Cleaning: Clean and inspect all components of exhaust hood and duct systems using steam cleaning or an equivalent method, ensuring systems are free from grease, dirt, dust, lint, and oil. A label indicating the cleaning date and company must be displayed.
- Protection of Property: Safeguard government property from damage, with the contractor responsible for any repairs due to their operations.
- Service Ticket: Provide a detailed service ticket after work completion.
- Emergency On-Call: Respond to emergency requests within 2 hours.
- Clean-Up: Dispose of hazardous chemicals off-base at an approved site and clean all work areas.
Performance Standards
Performance will be evaluated based on a "0 Defects" standard for scheduling, cleaning, emergency response, and environmental compliance. Contractors must develop and maintain a Quality Control Program (QCP). Exceeding performance thresholds for two or more months may lead to remedies per FAR.
Special Requirements
- Qualifications: Personnel must be trained, qualified, and certified by recognized industry organizations (e.g., IKECA, Phil Ackland).
- Hazardous Materials: Comply with FAR 52.223-3, submit Safety Data Sheets (SDS), and use environmentally safe products where possible.
- Security: Adhere to Anti-Terrorism requirements, base access procedures, and maintain appropriate insurance (General Liability, Property Damage Liability, Automobile Liability).
- Personnel: Contractor personnel must present a neat appearance and be easily recognizable.
Contract & Timeline
- Type: Special Notice (implies future contract)
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- Response Due: May 18, 2026, 5:00 PM UTC
- Published: April 29, 2026, 1:17 PM UTC
- Place of Performance: JBSA Fort Sam Houston, Camp Bullis, Randolph, Lackland, and Chapman Training Annex, DWG, TX 78236, United States.
Contact Information
- Primary: Francisco Ferrier (francisco.ferrier.2@us.af.mil, 210-671-6083)
- Secondary: Laura Herring (laura.herring.2@us.af.mil)