Skip to main content

An official website of the United States government

You have 2 new alerts

Hood and Duct Cleaning - Vandenberg SFB, CA

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Jan 24, 2025 08:55 am PST
  • Original Date Offers Due: Feb 24, 2025 12:00 pm PST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 11, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J073 - MAINT/REPAIR/REBUILD OF EQUIPMENT- FOOD PREPARATION AND SERVING EQUIPMENT
  • NAICS Code:
    • 561790 - Other Services to Buildings and Dwellings
  • Place of Performance:
    Lompoc , CA 93437
    USA

Description

Request for Quote Number: FA461025QVSFB_HOODANDDUCT

Project Title: 30 FSS Hood and Duct Cleaning Services

This Request for Quote (RFQ) is for 30 FSS Hood and Duct Cleaning Services at Vandenberg Space Force Base (VSFB) and is prepared in accordance with the format in FAR Part 12 as supplemented with additional information included in this notice. This is a combination synopsis and solicitation. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued.

This procurement is being issued under Small Business Set-Aside Competition under North American Industrial Classification Standard (NAICS) 561790, “Other Services to Buildings and Dwellings”, with a size standard of $9,000,000.

Please see the attached combo synopsis solicitation document and Performance Work Statement (PWS) for contract line item numbers (CLINs), quantities, units of measure, description of requirements, period of performance information, applicable clauses and provisions, and other information pertinent to this acquisition. Offerors are required to utilize the combo synopsis solicitation document to submit their quote, following the instructions contained therein, reference FAR 52.212-1, Instructions to Offerors, and the addendum thereto. 

The contract will be Firm Fixed Price (FFP) per the CLIN structure reflected in the attached RFQ (Supplies or Services and Prices/Cost section). 

All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov).  Lack of registration in the SAM will make an offeror ineligible for contract award.

A site visit is scheduled 29 January 2025 from 0830-1000. All attendee names, driver’s license numbers, emails and phone numbers must be provided to tina.cox.4@spaceforce.mil and kristofer.clark@spaceforce.mil via email by COB 27 January 2025. On 29 January 2025 all attendees must report to the VSFB Visitor Center between 0700-0800 to receive a pass; expect possible delays. Attendees are encouraged to arrive early in case of long waiting times. The site visit caravan will depart the Visitor Center at 0830.

Questions or comments must be submitted to tina.cox.4@spaceforce.mil and kristofer.clark@spaceforce.mil via email. Questions must be submitted by 31 January 2025. Answers shall be posted to Sam.gov on or around 5 February 2025. Telephone and other means of oral communication will not be permitted. 

Quotes are due NLT 24 February 2025 at 12:00 PM PST.  Offers must be submitted in writing and ONLY via email to tina.cox.4@spaceforce.mil and kristofer.clark@spaceforce.mil. Oral offers will not be accepted. Telephone and other means of oral communication will not be permitted.

Contact Information

Contracting Office Address

  • ADMINISTRATIVE ONLY NO REQUISITIONS 1515 ICELAND AVE RM 150
  • VANDENBERG SFB , CA 93437-5212
  • USA

Primary Point of Contact

Secondary Point of Contact

History