Amendment 1 -USAFA Gregory Hall Fume Hood Repairs

SOL #: FA700026Q0026Combined Synopsis/Solicitation

Overview

Buyer

USAF ACADEMY, CO, 80840-2303, United States

Place of Performance

USAF Academy, CO

NAICS

Testing Laboratories and Services (541380)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment (J066)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 30, 2026
2
Last Updated
Apr 30, 2026
3
Submission Deadline
Apr 23, 2026, 8:00 PM

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) has issued an Amendment 1 to a Combined Synopsis/Solicitation (RFQ FA700026Q0026) for Fume Hood Repair Services at Gregory Hall. This 100% Small Business Set-Aside opportunity seeks a contractor to repair and balance up to 12 chemical fume hoods to address health and safety concerns. Quotes are due by April 23, 2026, at 2:00 P.M. MST.

Scope of Work

The contractor shall provide all necessary personnel, equipment, supplies, and supervision to perform Fume Hood Repair Services, including repair and airflow velocity balancing, on up to 12 chemical fume hoods at USAFA's Gregory Hall. The primary objective is to ensure each repaired fume hood passes an airflow velocity balance certification of 80-100 CFM/ft², in accordance with ACGIH General use Laboratory Hoods for Industrial Ventilation Manual, 25th Edition, Para. 10.35. The specific fume hoods are SafeAire by Fischer Hamilton, models 54L815E (4 units), 54L821E (7 units), and 54L824E (1 unit). The contractor is responsible for ensuring the work site is clean upon completion.

Contract Details

  • Contract Type: Firm-Fixed-Price, non-personal services contract.
  • 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.
  • Set-Aside: 100% Small Business Set-Aside.
  • Place of Performance: United States Air Force Academy (USAFA), CO 80840.
  • Period of Performance: Offerors must submit proposed performance and completion timelines with their quote.
  • Payment Terms: Net 30.
  • Prohibited Items: Used, reconditioned, refurbished, gray market, or liquidated stock will not be considered.

Key Dates & Submission

  • Site Visit: April 13, 2026, 12:00 P.M. to 3:00 P.M. MST at USAFA Pass and Registration Office. Registration required by April 9, 2026, 12:00 P.M. MST, by emailing Mikayla Brandt and Ken Helgeson. Attendance is encouraged but not mandatory.
  • Questions Due: April 15, 2026, 10:00 A.M. MST, via 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 Method: Email signed and dated offers to Mikayla Brandt and Kenneth Helgeson. Emails over 10MB or zip files are not accepted.

Evaluation Criteria

Award will be made to the quoter representing the best value to the Government, based on technical capability, price, and past performance. Quotes must be complete; incomplete submissions may be excluded. The Government intends to award without discussions, so initial quotes should contain the best terms. The Supplier Performance Risk System (SPRS) will be utilized. The Buy American Statute applies, and foreign offers will be evaluated per R-DFARS 225.502.

Required Submissions

Quotes must include:

  1. Solicitation Number, Offeror Information (name, address, phone, UEI, EFT indicator), Business Size, and Agreement Statement.
  2. Part 1 – Technical: Anticipated period of performance and warranty information (longer/more comprehensive warranties are favorable).
  3. Part 2 – Past Performance Information: List of no more than three recent (last 3 years) and relevant contracts (similar scope/magnitude), including detailed contract information and points of contact.
  4. Part 3 – Price Quote: Complete Attachment 3 – Fume Hood Repair Pricing Schedule (UPDATED 2026-04-15) with firm-fixed prices for CLIN 0001 (Repair) and CLIN 0002 (Balancing).
  5. Attachment 5 – Buy American – Balance of Payments Program Certificate.

Attachments

  • Attachment 1 – Amended PWS Gregory Hall Hood Repairs Revision 1 (dated 13 April 2026)
  • Attachment 2 – Gregory Hall Hood Repairs Provisions and Clauses
  • Attachment 3 – UPDATED Fume Hood Repair Pricing Schedule (dated 15 April 2026)
  • Attachment 4 – SCA Wage Determination 2015-5417 Rev 31 (dated 3 Dec 2025)
  • Attachment 5 – The Buy American – Balance of Payments Program Certificate

People

Points of Contact

Kenneth HelgesonSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 9
Combined Synopsis/Solicitation
Posted: Apr 30, 2026
View
Version 8
Combined Synopsis/Solicitation
Posted: Apr 22, 2026
View
Version 7
Combined Synopsis/Solicitation
Posted: Apr 22, 2026
View
Version 6
Combined Synopsis/Solicitation
Posted: Apr 21, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Apr 21, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Apr 15, 2026
View
Version 3Viewing
Combined Synopsis/Solicitation
Posted: Apr 15, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Apr 13, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 30, 2026
View