DFAC Serving Line Equipment
ID: FA466124Q0151Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4661 7 CONS CDDYESS AFB, TX, 79607-1581, USA

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

KITCHEN EQUIPMENT AND APPLIANCES (7320)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of serving line equipment for the Longhorn Dining Facility at Dyess Air Force Base, Texas. The project involves the removal of existing serving line equipment and the installation of new components, ensuring compliance with safety standards and minimal disruption to ongoing operations. This upgrade is crucial for enhancing food service capabilities within government facilities, reflecting a commitment to quality and operational efficiency. Interested contractors must submit their quotes via email by September 11, 2024, and can direct inquiries to Kasey Hutton at kasey.hutton.1@us.af.mil. A site visit is scheduled for August 15, 2024, to facilitate contractor understanding of project requirements.

    Point(s) of Contact
    Kasey Hutton
    (325) 696-8031
    (325) 696-4084
    kasey.hutton.1@us.af.mil
    Files
    Title
    Posted
    The document outlines various Federal Acquisition Regulation (FAR) provisions and clauses applicable to the solicitation identified as FA466124Q0150. It serves as an attachment that details the procurement and contracting terms that must be adhered to by offerors when submitting proposals for federal government contracts. Key provisions include requirements for disclosures regarding potential conflicts of interest, company representations related to telecommunications equipment, and stipulations on small business program participation. Additionally, it emphasizes the evaluation criteria for offers, mandating that the government will select proposals based on a combination of technical merit, delivery capabilities, and price considerations. The document also describes procedures for protests and the responsibilities of contractors during contract implementation, such as unique item identification and reporting requirements. Contractor access to Air Force installations, as well as compliance with security measures, is also addressed. The comprehensive listing of provisions by reference and in full text ensures clarity on obligations and entitlements, thus facilitating a transparent acquisition process aimed at achieving the best value for the government while complying with statutory requirements. Overall, the document reinforces standards for contractual accountability and operational integrity in federal procurement activities.
    The document outlines the Federal Acquisition Regulation (FAR) clause 52.212-5, detailing contract terms and conditions necessary for compliance with statutory and executive order requirements for federal acquisitions of commercial products and services. Key provisions include prohibitions against certain internal confidentiality agreements, contracting for services from specific entities (e.g., Kaspersky Lab), and ensuring accelerated payments to small business subcontractors. The clause mandates contractors adhere to various regulations, which cover equal opportunity, whistleblower protections, and safeguarding the government's interests when subcontracting. Additionally, the document refers to the necessity of providing transparency regarding contractor arrangements, encompassing subcontracting plans and the inclusion of certain labor standards. It emphasizes the role of the Comptroller General in auditing and examining contractor records to ensure compliance with contract agreements. The overarching aim is to ensure federal contracts reflect compliance with current laws, uphold ethical practices, and contribute to meaningful engagement with small businesses while fostering accountability in government contracting processes.
    The document outlines the layout and equipment of a food service area, including a variety of counters and storage units such as fry warmers, refrigerators, and display areas. It specifies sections for hot and cold wells, condiment counters, and various preparation areas, detailing the setup for an efficient food service environment. Essential elements include areas for salad toppings, desserts, beverages, and registers for customer transactions.
    The document outlines the equipment and setups required for a food service environment, emphasizing various counters, display areas, and refrigeration needs. Key components include several types of counters such as dessert displays, pizza warmers, condiment counters, and a register system, all designed for efficient food distribution. Power requirements for the different appliances are specified, indicating a variety of amperage needs that suggest careful planning for electrical capacity. The setup includes both non-refrigerated and refrigerated open displays, hot/cold wells, and areas designated for food preparation such as an omelet bar and salad toppings. Structural organization of food service areas is implied, with emphasis on functional counter space, warmer displays, and water stations. This equipment list serves as a guideline for potential contractors or vendors responding to a government Request for Proposals (RFP) related to food service operations, aiming to facilitate efficient service delivery and enhance customer experience within public facilities or events. Proper power and space planning is critical for operational success within food service settings.
    The document provides detailed specifications for various stainless steel kitchen counters and refrigeration equipment required for a cafeteria setup, emphasizing the use of corrosion-resistant materials like 16/304 stainless steel and premium 3 CM quartz stone tops. Each item, from front counters to specialized equipment like grab-and-go serving counters, includes specific dimensions, features such as adjustable legs, built-in electrical outlets, and requirements for sneeze guards or refrigerated bases. Additionally, some entries detail the necessary installation procedures, including electrical and plumbing connections, reinforcing adherence to safety and operational standards.
    This document outlines the specifications and salient characteristics for a series of commercial kitchen counters and equipment required for cafeteria operations. Key items include various counter types (e.g., main front counters, salad bars, cashier counters) constructed from high-grade 16/304 stainless steel with laminated surfaces and quartz stone tops. Features include customizable sections for cold and hot food storage, electrical outlets, sneeze guards, and adjustable legs for stability. Additionally, it details various refrigeration and cooking equipment such as griddles, ovens, and refrigerators designed for efficient food preparation and service. Each item emphasizes no use of galvanized or 430-grade stainless steel, ensuring durability and compliance with sanitary standards. The specifications serve as a critical aspect of the RFP, reflecting the needs for safe, functional, and aesthetically pleasing kitchen designs within the context of government requests for proposals, as well as funding opportunities for local economic development and public health standards in food service facilities. The document solidifies the government's commitment to quality and compliance in public food service infrastructure.
    The provided document outlines a Request for Proposal (RFP) for the procurement of various commercial kitchen installations and equipment, including food service counters, refrigerators, cooking appliances, and display cases. Each item, numbered sequentially, specifies critical characteristics and materials required, emphasizing the use of premium-grade materials such as 16/304 stainless steel and 3 CM quartz stone. The specifications include dimensional requirements, functional features like refrigeration capacity and electrical requirements, as well as aesthetic needs such as laminated color options and adjustable components. Key components include main front counters, salad bars, cashier stations, work counters, and food preparation equipment, each designed for functionality, durability, and ease of maintenance. Additionally, the document covers necessary installation services, which involve freight delivery, equipment setup, and final connections by licensed professionals. This comprehensive RFP serves to improve food service capabilities within government facilities, adhering to health and safety regulations while upgrading to modern, efficient kitchen environments. It reflects the government's commitment to providing quality food services and enhancing operational efficiency in public facilities.
    The Statement of Work outlines the requirements for the design and installation of a new serving line at the Longhorn Dining Facility, Dyess AFB, Texas. The contractor is tasked with removing existing serving line equipment and installing new components, ensuring compliance with relevant codes and safety standards. Pre-proposal site visits are required for contractors to gather information for accurate quotes, and the project is anticipated to take approximately 14 days. The contractor must coordinate closely with facility management to minimize disruption and adhere to operational schedules. Training for personnel on the new equipment and maintaining a clean worksite are essential components of the project. The document details provisions for handling waste, securing government permits for any hazardous work, and necessary security regulations for contractor personnel on the closed base. Overall, this RFP emphasizes the need for skilled labor, effective planning, and adherence to regulatory standards to ensure a successful upgrade to the dining facility's serving line while maintaining operational continuity at Dyess AFB.
    The document outlines the Statement of Objectives for the design and installation of a new serving line at the Longhorn Dining Facility, Dyess AFB, requiring contractors to provide necessary labor, materials, and compliance with various safety standards within a 14-day performance period. Key considerations include pre-proposal site visits for accurate quoting, coordination with facility management to minimize disruptions, and adherence to health and safety regulations. Contractors must also manage debris disposal, maintain a clean work area, and fulfill security requirements for on-base operations.
    The document is a compilation of questions and answers related to a Request for Proposals (RFP) concerning the renovation or installation of kitchen equipment and facilities. Key topics addressed include specifications for various equipment, such as salad bars, refrigerated units, and heat sources for food service. Specific inquiries focus on placement, electrical load calculations, and storage solutions within the facility’s layout. Notably, the document highlights the need for accessibility in equipment placement and seeks clarification on design discrepancies between specifications and the floor plan. It also establishes timelines for completion, confirming that the project aims to avoid delays and maintain operational hours during installation. Finally, it confirms the absence of required electrical upgrades and outlines expectations for contractor documentation and debris management during the project. Overall, the document reflects thorough planning and coordination requirements necessary for effective facility upgrades in compliance with government standards.
    This document details a Request for Quote (RFQ) for various food service equipment for Dyess AFB, TX, with an emphasis on a Firm-Fixed Price contract. Quotes must be submitted via email by 28 August 2024, and an optional site visit will be scheduled; the government reserves the right to cancel the solicitation at any time. Offer evaluations will be based on the best value and technical acceptability of the proposed items.
    This document outlines a Request for Quote (RFQ) for a firm-fixed price contract issued by the 7th Contracting Squadron at Dyess Air Force Base, Texas. The RFQ, numbered FA466124Q0151, seeks submissions from interested contractors for various items associated with the DFAC serving line, including counters, refrigerators, ovens, and display merchandisers. A site visit is offered to prospective bidders, who must RSVP by email. Quotes must be submitted electronically by September 11, 2024, and must include specific documentation to be considered, including a technical approach and acknowledgment of amendments. The evaluation criteria focus on the best value and technical acceptance, emphasizing the necessity for sufficient data to demonstrate compliance with specifications. Also detailed are the delivery schedules and payment terms, with a desire for delivery within 120 days post-contract. The document includes attachments that provide additional context, including specifications and clauses relevant to the procurement process. This RFQ represents the government's commitment to efficiently acquiring necessary food service equipment while fostering competitive engagements from qualified vendors.
    The document outlines a Request for Quote (RFQ) for various items related to a Dining Facility (DFAC) serving line, issued by the 7 CONS/PKB at Dyess Air Force Base, Texas. The RFQ, categorized under NAICS 333310, is part of an acquisition process governed by specific federal regulations. The government seeks to award a Firm-Fixed Price (FFP) contract based on technical acceptability and best value. Quotes must be submitted via email by September 11, 2024, with detailed requirements including a technical approach, specifications, and acknowledgment of amendments. A site visit is optional for interested contractors, with details to be shared via an amendment. The document also establishes the deadline for inquiries and outlines the evaluation criteria emphasizing the need for detailed descriptions of the proposed items. The RFQ incorporates a list of required items such as counters, refrigerators, ovens, and dispensers, along with specific quantities and specifications. Additionally, terms related to payment, delivery, and warranty are provided, reiterating the importance of timely responses and compliance with the desired delivery schedule. Overall, this solicitation aims to enhance the functionality and service of dining facilities through a structured procurement process.
    The document outlines responses to site visit inquiries related to a project involving serving line renovations in a dining facility. Key points include clarification on infrastructure preparations, such as the requirement for self-inspection by the Construction Engineering Services (CES) and clearance of environmental concerns, which has been confirmed as not necessary. The project will be completed in phases to maintain ongoing operations at the facility, with inspections conducted by Public Health between phases. Adjustments are needed to shift serving lines for operational efficiency and to align fire suppression systems. Specific details on utilities, such as the total power draw of the serving lines, are referenced in an attached floor plan. Equipment handling involves palletization and storage rather than delivery. The summary underscores the need for operational continuity and compliance with public health regulations throughout the renovation process. Overall, the document primarily functions to facilitate the vendor's understanding of project specifications and logistical requirements.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    The Defense Commissary Agency (DeCA) stores located at Luke AFB and Hill AFB have a need for Preventive Maintenance (PM) and Unscheduled Repair Services of Miscellaneous Food Processing Equipment (MFP)
    Active
    Dept Of Defense
    The Defense Commissary Agency (DeCA) is seeking qualified contractors to provide Preventive Maintenance (PM) and Unscheduled Repair Services for Miscellaneous Food Processing Equipment (MFP) at Luke Air Force Base (AFB) and Hill AFB. The procurement aims to ensure the operational reliability and safety of food processing equipment through regular maintenance and prompt repairs, adhering to Original Equipment Manufacturer (OEM) standards and compliance with local, state, and federal regulations. This initiative is critical for maintaining the efficiency and safety of food services within military commissaries, supporting the overall mission of the Department of Defense. Interested parties must submit their quotes by 4:00 PM EST on September 27, 2024, to Tammy Torres and Evelyn Settles via email, with all proposals remaining valid for 90 calendar days post-submission.
    Building 2008 Furniture
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide modular furniture for Building 2008 at Joint Base San Antonio (JBSA) Lackland, Texas. The project entails the complete removal of existing furniture, installation of new workstations, and the establishment of a network infrastructure, including fiber and copper communication cables, with a completion deadline of August 27, 2024. This procurement is crucial for enhancing workspace functionality and ensuring compliance with Department of Defense standards, thereby fostering a modern and efficient work environment. Interested small businesses must submit their quotes by September 17, 2024, and are encouraged to attend a site visit on September 10, 2024; for further inquiries, they can contact Richard Jensen at richard.jensen.5@us.af.mil or Laura Herring at laura.herring.2@us.af.mil.
    Free-Standing Aircrew Flight Equipment Lockers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of 165 free-standing Aircrew Flight Equipment lockers through Request for Quotation (RFQ) FA301624Q0191. These lockers are designed to securely store Personal Aircrew Flight Equipment and must meet specific dimensions and construction requirements, including a dedicated upper compartment for flight helmets and additional compartments for flight equipment and personal items. This procurement is crucial for enhancing operational readiness by ensuring aircrew members have adequate facilities for their essential equipment. Interested vendors must submit their quotes by September 20, 2024, at 2:00 PM CT, to the primary contact, Vivian Fisher, via email at vivian.fisher@us.af.mil, with a copy to Barbara A. Jewett at barbara.jewett.1@us.af.mil.
    7 LRS Bldg 7004 Vindicator
    Active
    Dept Of Defense
    The Department of Defense, specifically the 7th Logistics Readiness Squadron at Dyess Air Force Base, Texas, is seeking a contractor to install a Honeywell Vindicator Intrusion Detection System in Building 7004, Room 136. The procurement includes the installation of the system, necessary cabling and conduit, training for personnel, and subsequent testing to ensure operational effectiveness. This system is crucial for maintaining security standards at the base, as it is the approved alarm system for the Air Force, necessitating certified installation and training. Interested vendors must submit their quotes via email by September 20, 2024, with the contract evaluation focusing on brand-name compliance and overall value, while ensuring adherence to small business participation requirements. For further inquiries, contact Madison Duarte at madison.duarte.1@us.af.mil or call 325-696-2215.
    Highline Docks
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the procurement of highline docks, with a focus on small business participation under a Total Small Business Set-Aside. The solicitation requires offerors to provide new highline docks that meet specific load capacity and dimensional criteria, to be delivered to Fort Bliss, Texas, and Tyndall Air Force Base, Florida. This procurement is critical for supporting military logistics and operations, ensuring the efficient handling of cargo. Interested vendors must submit their proposals by 12:00 p.m. Eastern Time on September 20th, 2024, and are encouraged to direct any inquiries to SrA Gage Garfin at gage.garfin@us.af.mil.
    Kitchen Hoods & Fire Suppression System Inspection, Repair, & Maintenance (Service)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the inspection, repair, and maintenance of kitchen hoods and fire suppression systems at F.E. Warren Air Force Base in Wyoming and associated Missile Alert Facilities. The procurement requires contractors to provide all necessary personnel, equipment, and services for semi-annual inspections, maintenance, and emergency repairs, ensuring compliance with applicable standards and regulations. This initiative is crucial for maintaining operational readiness and safety within military facilities, emphasizing the importance of effective fire suppression systems. Interested parties must submit their written quotations by October 15, 2024, with inquiries directed to Halle Schaneman at halle.schaneman@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil, and must be registered in the System for Award Management (SAM) prior to contract award.
    FA468624R0033 B4793 Capehart Vendor Hood Install
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a commercial kitchen hood at Beale Air Force Base, California, under the project titled "B4793 Capehart Vendor Hood Install." The contractor will be responsible for supplying all necessary supervision, labor, tools, and materials to install a Type 1 Commercial Kitchen Grease Hood that accommodates multiple cooking appliances, ensuring compliance with fire safety codes and environmental standards. This project is crucial for enhancing food service capabilities at the base, with an estimated contract value between $100,000 and $250,000, and is exclusively set aside for small businesses. Proposals are due by September 19, 2024, with a mandatory site visit scheduled for August 27, 2024, and all inquiries must be submitted by August 30, 2024. Interested contractors can contact Dallas Romig at dallas.romig.1@us.af.mil or Robert Briney at robert.briney.2@us.af.mil for further information.
    361 TRS Custom F-108 Engine Stands
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of custom F-108 engine stands for the 361 TRS at Sheppard AFB, Texas. This opportunity is a total small business set-aside, requiring contractors to provide detailed specifications and engineering standards as outlined in the attached blueprints and pictures. The engine stands are critical for maintaining operational readiness and safety in military aviation, emphasizing the importance of compliance with federal standards and regulations. Interested vendors must submit their quotes via email by 4:00 PM CST on September 20, 2024, and direct any questions to 2Lt Brooke Hofman or Casey Adams before the deadline for inquiries on September 18, 2024.
    Food Service Equipment for Iwakuni, JP
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking sources for the procurement of food service equipment for a dining facility in Iwakuni, Japan. The project involves custom kitchen equipment that requires a site visit for accurate measurements, as well as comprehensive installation services, including disconnecting existing equipment and ensuring all new installations meet utility specifications. This procurement is crucial for maintaining operational efficiency in military dining operations, and interested parties are encouraged to contact William Yocum at william.yocum@dla.mil for further details. Please note that this is a sources sought notice and not a formal solicitation.
    B-21 LRS FUELS ADMIN/LAB AND REFUELER TRUCK YARD, DYESS AFB, TX
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, specifically the Department of the Army, for a construction project at Dyess Air Force Base in Texas. The project involves the construction of a new refueler truck yard and an administrative and laboratory facility for the 7th Logistics & Readiness Squadron Fuels flight. The refueler truck yard will include a parking area, secondary containment, lighting, and pavement markings. The administrative and laboratory facility will be a single-story building with various features such as reinforced concrete foundation, masonry walls, metal wall panels, and a metal roof. The project is a competitive, firm-fixed price contract and is set aside for small businesses. The estimated duration of the project is 549 calendar days. The solicitation is anticipated to be issued in September 2024, with proposals due in October 2024. Contractors must be registered with the System for Award Management (SAM) database to be eligible for contract award.