PSFB Hood & Duct Maintenance
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 Hood & Duct Maintenance Services at Peterson Space Force Base (PSFB), Colorado. This Total Small Business Set-Aside opportunity requires inspection, cleaning, and removal of dirt, grease, and paint from specific hood and duct systems. The contract will be a Firm Fixed-Price (FFP) purchase order. Quotes are due by February 5, 2026.
Scope of Work
The contractor shall provide all personnel, equipment, tools, materials, transportation, and supervision necessary to perform quarterly/semiannual inspection, cleaning, and removal of dirt, grease, and paint from specific hood and duct systems at PSFB. Services must comply with the Performance Work Statement (PWS) and relevant guidelines, including cleaning to bare metal and ensuring employee training meets National Fire Protection Association (NFPA) requirements. Cleaning must meet 100% of line items on the Government inspection checklist, and scheduling must meet timelines 90% of the time.
Contract Details
- Contract Type: Firm Fixed-Price (FFP) purchase order.
- Period of Performance: A base year (April 27, 2026 – April 26, 2027), four option years, and a six-month extension period (ending October 26, 2031).
- 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.
- Place of Performance: Peterson Space Force Base, Colorado Springs, CO.
Submission & Evaluation
Proposals will be evaluated using a Lowest Price Technically Acceptable (LPTA) approach. Technical acceptability will be assessed based on the offeror's detailed process for cleaning to bare metal and documented employee training/certifications. Quotes must include a Cover Letter (NTE 1 page) and a Technical Approach (NTE 10 pages), adhering to specified formatting. Offerors must be registered in SAM.gov with a CAGE code and hold prices firm for 60 calendar days.
Key Dates & Amendments
- Quotes Due: February 5, 2026, 10:00 A.M. Mountain Time.
- Questions Due: January 21, 2026, 10:00 A.M. Mountain Time.
- Site Visit: January 20, 2026, 09:00 MST at Peterson SFB Visitor Center. Contact the Contract Specialist by January 14, 2026, 14:00 MST for base access.
- Amendments: Multiple amendments have been issued, extending deadlines, updating provisions/clauses, and including a CLIN Pricing Schedule (Attachment 4). The latest Q&A document clarifies details such as the incumbent contractor (Air Flo Cleaning Systems LLC, contract FA251721P0012), site access, pricing structure, and acceptable training documentation.
Contacts
- Primary: Tiffany Harley (tiffany.harley.2@spaceforce.mil, 719-556-4761)
- Secondary: Theresa Green (theresa.green.7@spaceforce.mil, 719-556-1256)