Skip to content
Department of Defense

Hoods and Ducts Maintenance/Repair Services IDIQ

Solicitation: FA930126Q0005
Notice ID: 6109078044f748f891b21737d4b53831

Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Feb 25, 2026. Industry: NAICS 561790 • PSC J073.

Market snapshot

Awarded-market signal for NAICS 561790 (last 12 months), benchmarked to sector 56.

12-month awarded value
$3,327,940
Sector total $923,693,753 • Share 0.4%
Live
Median
$39,100
P10–P90
$38,108$221,438
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.4%
share
Momentum (last 3 vs prior 3 buckets)
+100%($3,327,940)
Deal sizing
$39,100 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CA
Live POP
Place of performance
Edwards, California • 93524 United States
State: CA
Contracting office
Edwards Afb, CA • 93524-1185 USA

Point of Contact

Name
Suzanna Kussman
Email
suzanna.kussman@us.af.mil
Phone
Not available
Name
Brashad Erskine
Email
brashad.erskine@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE TEST CENTER • FA9301 AFTC PZIO
Contracting Office Address
Edwards Afb, CA
93524-1185 USA

More in NAICS 561790

Description

Amendement 1: 27 January 2026

This amendment is to incorporate the following advance notice:

In the event of a Government shutdown, this solicitation will be extended as determined appropriate based upon the extent of the shutdown. Additionaly, in the event of a Government shutdown, the scheduled site visit shall be postponed and rescheduled upon return to standard Government operations.

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Commercial Items (FAR 12) and Simplified Acquisition Procedures (FAR 13) will be used for this requirement. Hereafter, this notice shall be titled "Solicitation."

(ii) Solicitation Number: FA930126Q0005. This solicitation is issued as a Request for Quote (RFQ) to offerors. Please review all solicitation documentation for complete instructions and requirement information. Interested parties who believe they can meet the requirements for the services described in this solicitation are invited to submit a completed quote using the attached SF. Vendors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in the solicitation. Any information provided in response to this solicitation is strictly voluntary; the Government will not pay for information submitted in response to this solicitation.  Award will be made using the criteria in FAR 52.212-2 and its Addendum (Attachment 4).

(iii) Defense Priorities and Allocation System (DPAS): N/A

(iv) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2025-06, effective 1 Oct 2025; and DPN 20251110.

(v) This is a 100% Total Small Business Set aside. The North American Industry Classification System (NAICS) code for this project is 561790, Other Services to Buildings and Dwellings, with a size standard of $9,000,000.00.

(vi) Contract Line Item Number (CLIN) Nomenclature and Contract Structure: Please review Attachment 1 - Model Contract for detailed CLIN structure.

(vii) As a result of new policy beginning 10 November 2025, we would like to inform you of your responsibility to comply with the DoD's CMMC 2.0 framework at Level 1. CMMC is the DoD's program to verify that all contractors have implemented the required cybersecurity standards to protect Federal Contract Information (FCI). Per FAR 52.204-21, FCI is information, not intended for public release, that is provided by or generated for the Government under a contract to develop or deliver a product or service. Your organization's CMMC status will be verified to be active and accurate in the Supplier Performance Risk System (SPRS) module of PIEE. For assistance, please review Attachment 5: PIEE CMMC Level 1 Help Guide.

 (viii) Contract Type: The anticipated contract type is Firm Fixed-Price, Indefinite Delivery Indefinite Quantity. It is anticipated that one award will be issued.

(ix) Description of services to be acquired:

The contractor shall provide all labor, equipment, tools, materials, parts, supervision, and other items necessary to perform hood and ducts systems cleaning at Edwards AFB, CA food service facilities as defined in the Statement of Work (SOW). All Contractor personnel performing work shall be trained, qualified, and certified in accordance with (IAW) National Fire Protection Association (NFPA) 96, Cleaning of Exhaust Systems, Chapter 11, paragraph 11.6.1. and the International Kitchen Exhaust Cleaning Association (IKECA) standards.

***For additional details please see SOW (Attachment 2)

(x) Location of requirement: Edwards AFB, CA 93524

(xi) Period of Performance: ~ 4 years and 7 months; est. 6 Mar 26 – 30 Sept. 30

(xii) Applicable FAR, DFARS, and DAFFARS provisions and clauses are posted within the with the Solicitation Model Contract. Please note the Federal Acquisition Regulation Overhaul is set to go into effect on 1 February 2026 and anticipated clauses shall be adjusted as a result prior to award. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, or have a completed copy with their SAM.gov registration. FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, and FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and any addenda to the clause.

INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: https://www.acquisition.gov.  TO REGISTER WITH SYSTEM FOR AWARD MANAGEMENT (SAM), GO TO URL: https://www.Sam.gov/.

(xiii) The provisions at 52.212-1 "Instructions to Offerors -- Commercial" and FAR 52.212-2 "Evaluation -- Commercial Items" apply to this acquisition. The addendum to the provisions is provided in Attachment 4. Please review the entire document to understand the evaluation procedure and criteria for this requirement.

(xiv) A site visit will be hosted on 4 February 2026 to view all the facilities that will be on the award.

The following information must be submitted to suzanna.kussman@us.af.mil and brashad.erskine@us.af.mil by 7:30am PST on 30 January 2026 to be eligible to attend.

  • Full Name:
  • DOB:
  • DL# / State of Issuance:
  • Last 4 SSN:
  • Country of Birth:
  • Citizenship Status: Examples (U.S. Citizen, Permanent Resident Card (Green Card), U.S. Work Visa (EAD), Visitor/Tourist Visa, School/Student Visa, None)
  • Current registration and insurance for any vehicle and a REAL ID.

The Visitor Control Center has advised that if members do not have a Real ID by Wednesday (7 May 25), then they will need to bring a combination of either their Passport + Driver’s License or Birth Certificate (original copy) + Driver’s License + SSN Card in order to receive access to the base.

(xv) Submissions are to be addressed to Air Force Test Center (AFTC), Directorate of Contracting – AFTC/PZIOB, 5 South Wolfe Avenue Building 2800, Edwards AFB, CA 93524, and are to be sent via email to the Contract Specialist, SSgt. Brashad Erskine at brashad.erskine@us.af.mil, as well as the Contracting Officer, Suzanna Kussman, at suzanna.kussman@us.af.mil. Questions are due no later than 9 February 2026 at 12:00pm PST. Submissions are due no later than 25 Febraury 2026 at 9:00 a.m. PST. No hand delivered or mailed proposals will be accepted, only emailed responses will be considered or evaluated.

Attachments:

  1. Solicitation Model Contract
  2. Statement of Work (SOW)
  3. Kern County Wage Determination
  4. Addendum to FAR 52.212-1 and FAR 52.212-2
  5. PIEE CMMC Level 1 Help Guide

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 14, 2026
Executive summary

The Department of the Air Force is soliciting bids for Hoods and Ducts Maintenance/Repair Services under Solicitation Number FA930126Q0005, aimed at ensuring compliance with NFPA 96 standards at Edwards AFB, CA. The anticipated contract will be a Firm Fixed-Price, Indefinite Delivery Indefinite Quantity (IDIQ) with a period of performance of approximately 4 years and 7 months. A site visit is scheduled for February 4, 2026, allowing potential bidders to assess the facilities in person.

What the buyer is trying to do

The buyer is seeking qualified contractors to provide maintenance and repair services for hood and duct systems at food service facilities at Edwards AFB, ensuring adherence to fire safety standards and operational efficiency.

Work breakdown
  • Evaluate and clean hood and duct systems per NFPA 96 standards.
  • Provide necessary labor, tools, and materials for cleaning services.
  • Ensure that all personnel are trained and certified as required by industry standards.
  • Prepare and submit a detailed quote on time.
Response package checklist
  • Completed quote using the attached SF.
  • Evidence of CMMC Level 1 compliance.
  • Documentation demonstrating personnel qualifications.
  • Completed copy of FAR 52.212-3, Offeror Representations and Certifications.
Suggested keywords
Hood cleaningDuct maintenanceNFPA complianceIDIQ contractEdwards AFB
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Detailed SOW contract requirements.
  • Information on the anticipated number of tasks or deliverables.
  • Clarification on government operations during potential shutdowns.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.