Amendment 1 -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 U.S. Air Force Academy (USAFA) is soliciting quotes for Fume Hood Repair Services at Gregory Hall, USAFA, CO. This Combined Synopsis/Solicitation seeks a Firm-Fixed-Price contract for the repair and airflow velocity balancing of up to 12 chemical fume hoods. This acquisition is a 100% Total Small Business Set-Aside.
Scope of Work
The contractor will provide all personnel, equipment, supplies, and supervision necessary to perform Fume Hood Repair Services, including airflow velocity balancing, on up to 12 chemical fume hoods. The primary objective is to ensure these fume hoods meet an airflow velocity balance certification of 80-100 CFM/ft², as verified by the Government. The work addresses health and safety concerns from failed annual airflow tests. Specific fume hood models and dimensions are provided, including SafeAire by Fischer Hamilton models 54L815E, 54L821E, and 54L824E. This is a non-personal services contract.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Set-Aside: Total Small Business (100%)
- NAICS Code: 541380 – All Other Professional, Scientific, and Technical Services ($19.5M size standard)
- PSC: J066 – Maint/Repair/Rebuild of Equipment – Instruments and Laboratory Equipment
- Place of Performance: USAF Academy, CO 80840
- Period of Performance: Offerors must propose their best and most realistic delivery schedule.
Key Dates & Site Visit
- Site Visit: April 13, 2026, 12:00 P.M. - 3:00 P.M. MST at USAFA Pass and Registration Office. Attendance is encouraged but not required. RSVP by April 9, 2026, 12:00 P.M. MST to Mikayla Brandt and Kenneth Helgeson.
- Questions Due: April 15, 2026, 10:00 A.M. MST. Email to Mikayla Brandt (mikayla.brandt@us.af.mil) and Kenneth Helgeson (kenneth.helgeson.3@us.af.mil).
- Quotes Due: April 23, 2026, 2:00 P.M. MST.
Submission Requirements
Quotes must be emailed to Mikayla Brandt and Kenneth Helgeson. Submissions must include:
- Solicitation number, company details, Unique Entity Identifier (UEI), business size.
- Part 1 (Technical): Anticipated period of performance and warranty information.
- Part 2 (Past Performance): List of up to three relevant contracts (similar scope/magnitude) performed within the last three years.
- Part 3 (Price Quote): Complete Attachment 3 – Fume Hood Repair Pricing Schedule, providing firm-fixed prices for CLIN 0001 (Repair) and CLIN 0002 (Balancing).
- A completed Buy American – Balance of Payments Program Certificate (Attachment 5) is required.
Evaluation Criteria
Award will be made to the quoter representing the best value to the Government, based on an evaluation of technical, price, and past performance. The Government intends to award without discussions, so initial quotes should contain the best terms. The Supplier Performance Risk System (SPRS) will be utilized.
Attachments
Key attachments include the Amended Performance Work Statement (PWS) (Attachment 1), Pricing Schedule (Attachment 3), SCA Wage Determination (Attachment 4), and the Buy American Certificate (Attachment 5).