Kitchen Hoods & Ducts Exhaust Systems Service
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 conducting market research for Kitchen Hoods & Ducts Exhaust Systems Service at Joint Base Elmendorf-Richardson (JBER), Alaska. This Sources Sought notice aims to identify qualified vendors for non-personal services including cleaning, inspection, testing, and certification of kitchen exhaust systems. Responses are due by April 27, 2026.
Scope of Work
This requirement is for non-personal services to maintain kitchen hoods and ducts exhaust systems. Key tasks include:
- Cleaning, Inspection, Testing, and Certification: Adhering to NFPA Standard 96, UFC, and other applicable codes for interior and exterior surfaces of ducts, hoods, exhaust fans, and associated equipment.
- Preventive Maintenance: Performing routine tasks such as cleaning, adjusting, lubricating, tightening, and replacing worn parts according to manufacturer recommendations.
- Special Maintenance Projects (SMPs): Providing services for defined or priced line items incidental to the overall work, with cost proposals required for projects exceeding $3,000.
- Performance Standards: The contractor must develop and maintain a Quality Control Program (QCP) to meet critical operational requirements and performance thresholds, with government oversight through Quality Assurance (QA) inspections.
Submission Requirements
Interested vendors capable of providing these services should submit a Statement of Capabilities in PDF format. The submission should include:
- Company name, address, point of contact, CAGE code, email, website, and phone number.
- Business type (e.g., Small Business, Woman Owned, 8(a), HUB Zone, Veteran Owned, Service Disabled Veteran Owned).
- SAM registration status.
- A detailed Statement of Capabilities demonstrating the ability to meet the requirements outlined in the draft PWS.
Key Information
- Opportunity Type: Sources Sought / Market Survey
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561790, Other Services to Buildings and Dwellings
- Small Business Size Standard: $9 Million
- Response Due: April 27, 2026, by 11:00 AM AKDST
- Published Date: March 23, 2026
- Place of Performance: Joint Base Elmendorf-Richardson (JBER), Alaska
- Primary Contact: SrA Ruth Elias-Hernandez (ruth.elias_hernandez@us.af.mil, 907-552-5722)
- Secondary Contact: Hayley Prato (hayley.prato@us.af.mil, 907-552-7181)
Important Notes
This is a market research notice only and not a request for quote (RFQ) or proposal (RFP). The government is not committed to issuing a solicitation or awarding a contract based on this announcement and will not pay for any costs incurred in responding. Information submitted is voluntary and will be used for planning purposes to determine industry capabilities. Vendors are encouraged to register on SAM.gov for future updates.