Amendment 3 -USAFA Gregory Hall Fume Hood Repairs
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 United States Air Force Academy (USAFA) has issued a Combined Synopsis/Solicitation (RFQ) for Fume Hood Repair Services at Gregory Hall, USAFA, CO. This opportunity seeks a contractor to repair and balance up to 12 chemical fume hoods to address health and safety concerns and ensure government certification. This is a Total Small Business Set-Aside. Quotes are due by May 18, 2026, at 2:00 P.M. MDT.
Scope of Work
The contractor shall provide all necessary resources (materials, personnel, supervision, equipment, transportation) to perform repairs and airflow velocity balancing on up to 12 identified chemical fume hoods. Each repaired fume hood must pass an airflow velocity test with a specification of 80-100 CFM/ft². The 10th MDG/BEE will conduct post-repair testing for verification. Work must adhere to ACGIH General use Laboratory Hoods for Industrial Ventilation Manual standards, and the work site must be left clean.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP), non-personal services contract.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Product Service Code: J066 (Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment).
- NAICS: 541380 (Engineering Services) with a $19.5M size standard.
- Place of Performance: Gregory Hall Fume Hoods, USAFA, CO. Normal operating hours are Monday through Friday, 6:30 AM to 5:00 PM MST.
- Period of Performance: To be proposed by offerors.
- Payment Terms: Net 30.
Key Requirements & Clarifications
This is a new requirement with no incumbent contractor. The contractor is responsible for providing all parts and resources, as there is no Government-owned bench stock. Contractors must comply with all USAFA security requirements (badges, vehicle passes) and safety regulations. The use of Class I Ozone Depleting Substances (ODS) is prohibited. Repair dates and times must be coordinated with the USAFA/DFCH point of contact. The contractor can establish a new certification schedule, and 10th MDG/BEE availability for airflow verification can be coordinated in advance. An ombudsman is available for concerns.
Submission & Evaluation
Quotes must include specific information such as UEI, EFT indicator, business size, technical information, past performance, and pricing. Pricing must be submitted using the provided Fume Hood Repair Pricing Schedule (Attachment 3) for CLINs 0001 (Repair) and 0002 (Balancing). The Service Contract Act (SCA) Wage Determination (Attachment 4) and the Buy American Certificate (Attachment 5) are applicable and must be considered/submitted. Quotes are to be emailed to Mikayla Brandt (mikayla.brandt@us.af.mil) and Kenneth Helgeson (kenneth.helgeson.3@us.af.mil). Email attachments exceeding 10MB or zip files are not acceptable. Award will be based on a best value determination considering technical, price, and past performance. Offers must hold prices firm for 60 calendar days.
Deadlines & Contacts
- Quotation Due Date: May 18, 2026, at 2:00 P.M. Mountain Daylight Time.
- Primary Contact: Mikayla Brandt (mikayla.brandt@us.af.mil, 7193336636).
- Secondary Contact: Kenneth Helgeson (kenneth.helgeson.3@us.af.mil, 7193385503).