Pot & Pan Washer & Installation
ID: FA301625Q6075Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, USA

NAICS

Major Household Appliance Manufacturing (335220)

PSC

KITCHEN EQUIPMENT AND APPLIANCES (7320)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 17, 2025, 12:00 AM UTC
  3. 3
    Due May 8, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement and installation of a Pot & Pan Washer at Joint Base San Antonio (JBSA) in Fort Cavazos, Texas. The project includes the installation of a washer that meets specific technical requirements, including a minimum 14-gauge 304 stainless steel construction, a 5 HP motor, and the capability to process at least 25 racks or 150 sheet pans per hour, among other features outlined in the Statement of Work (SOW). This procurement is crucial for maintaining efficient food service operations at the base and is designated as a Total Small Business Set-Aside under NAICS code 335220, encouraging small businesses to participate. Interested contractors must submit their quotes by May 8, 2025, and can direct inquiries to Noah Emerson or William Waters via the provided contact information.

Point(s) of Contact
Files
Title
Posted
Apr 17, 2025, 8:09 PM UTC
The document outlines the Statement of Work (SOW) for a federal contract involving the removal and installation of Pot & Pan Washing machines at Building 10416, Joint Base San Antonio (JBSA) Lackland. The contractor is required to provide all necessary personnel, tools, and materials while coordinating with the Food Service Staff and ensuring compliance with all applicable codes and standards. Key tasks include safely disconnecting existing machines, installing new ones, and ensuring proper operation without disrupting meal services. Safety measures, adherence to OSHA regulations, and environmental compliance for waste disposal are emphasized throughout the project, alongside the management of hazardous materials, if applicable. The SOW includes guidelines for quality assurance and inspections by government representatives, with the expectation of professional workmanship and operational readiness upon completion. The contractor must maintain cleanliness and security on-site, following specified hours and traffic regulations. The work must be completed within 60 days post-award, demonstrating efficiency and effective project management. This SOW exemplifies the federal procurement process for facility maintenance, aligning with local and federal standards.
The document outlines the specifications for a pot and pan washer, specifically the Insinger Model CA-3 or an equivalent unit, intended for a government procurement initiative. Key features include a 208V/50-60/3 electrical connection, low water protection, safety door switches, adjustable vent damper, and a thermometer for monitoring wash and rinse temperatures. The washer must be made of a minimum 14-gauge 304 stainless steel, have an automatic fill mechanism, and allow for manual bypass. It should also come with interchangeable spray arms and various rack types, capable of processing at least 25 racks or 150 sheet pans per hour, consuming 70 gallons of water per hour. The design specifications limit dimensions to a maximum width of 38.5 inches, height of 72 inches, and depth of 35.125 inches, with a tank capacity of 31 gallons. Additionally, it requires a minimum 5 HP motor, metal roller tracks, and a 9 kW electric booster heater. These specifications aim to ensure efficiency, safety, and durability, indicative of the rigorous standards required in government contract solicitations.
Apr 17, 2025, 8:09 PM UTC
The document outlines the necessary personal information required for accessing specific dates related to an organization or company. Key details requested include the individual's full name as shown on their driver's license, date of birth formatted as day/month/year, country of birth, driver's license number, and the state of issue. This information is typically collected to verify identity and eligibility when responding to federal and state/local Requests for Proposals (RFPs) or grants. It serves to ensure that the issuing body can maintain security and compliance standards in the allocation of funds and projects. The structured request emphasizes the importance of precise personal identification in governmental processes.
Apr 17, 2025, 8:09 PM UTC
The document outlines the purpose and framework of federal and state government RFPs (Requests for Proposals) and grants aimed at fostering efficient procurement of goods and services. Key points include the process for submitting proposals, eligibility criteria, funding guidelines, and assessment metrics. The document emphasizes transparency, accountability, and the importance of compliance with federal regulations. It highlights the necessity for applicants to demonstrate technical capacity, financial stability, and a commitment to diversity and inclusion in their proposals. Furthermore, it discusses the significance of collaboration among various stakeholders to enhance project outcomes. The overall aim is to promote responsible government spending while addressing community needs effectively through well-structured proposals and grants.
Apr 8, 2025, 2:05 PM UTC
The Request for Quote (RFQ) FA301625Q6075 solicits proposals for a Pot & Pan Washer, emphasizing a 100% Small Business set-aside. The RFQ requires compliance with specific acquisition regulations and encourages participation from qualified small businesses under NAICS code 335220. Quotes must be submitted by April 23, 2025, and must address multiple required line items (CLINs) along with a filled-out solicitation document. A site visit is scheduled for April 18, 2025, to facilitate understanding of the project requirements, though attendance is not mandatory. Key evaluation criteria include technical acceptability based on specification sheets and warranty provisions, with the best value determined by price and technical compliance. The RFQ highlights mandatory registrations, including System for Award Management (SAM), and details on late submissions and potential cancellation rights by the government. Strict adherence to submission guidelines is necessary; non-compliance may render quotes ineligible for award consideration. This RFQ underscores the government's objective to engage small businesses while adhering to Federal Acquisition Regulations, ensuring a competitive bidding environment for public contract opportunities.
Apr 17, 2025, 8:09 PM UTC
The document outlines a Request for Quote (RFQ) FA301625Q60750001, specifically for a Pot & Pan Washer, along with modifications made in Amendment 0001. Key changes include a new site visit date of April 29, 2025, and a revised RFQ response deadline of May 8, 2025. This procurement is designated as a 100% Small Business set-aside under NAICS code 335220, encouraging eligible small businesses to submit their quotes by email, adhering to all outlined requirements for technical specifications and pricing. The RFQ details two line items: the pot and pan washer itself and associated installation services. Additionally, the document emphasizes compliance with various federal regulations and stipulates the government's right to cancel the solicitation at any time without obligation. The basis for award is a firm-fixed price to the contractor offering the best value. Technical acceptability is crucial, requiring specification sheets and warranty information for evaluation. Contractors must ensure registration with the System for Award Management (SAM) is up to date for award eligibility. This RFQ reflects the government’s priority of engaging small businesses while adhering to federal procurement standards, ensuring fairness in the bidding process.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Lackland Dining Facility Dishwashers
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the removal and installation of dishwashers at the Lackland Dining Facility located at Joint Base San Antonio, Texas. The procurement involves a total small business set-aside for the delivery and installation of new dishwashing machines, with specific requirements outlined in the Statement of Work, including adherence to safety and environmental regulations during the installation process. This project is crucial for maintaining operational efficiency in the dining facility, ensuring that the kitchen equipment meets current standards. Interested contractors must submit their quotes by May 11, 2025, following a mandatory site visit on May 2, 2025, and direct any inquiries to Evelyn Fujinaka at evelyn.fujinaka.1@us.af.mil or Heather Sorensen at heather.sorensen@us.af.mil.
RTI Dining Facility Dishwasher LCR
Buyer not available
The Department of Defense, specifically the U.S. Army, is soliciting proposals for the procurement and installation of a single tank rack conveyor dishwasher for the RTI Dining Facility in Starke, Florida, under RFQ number W911YN25QA017. This opportunity is exclusively set aside for small businesses, with a focus on enhancing operational efficiency in military dining services through modern kitchen equipment. The contractor will be responsible for providing the dishwasher, ensuring compliance with technical specifications, and completing installation by July 31, 2025, following necessary site preparations. Quotations are due by May 19, 2025, and interested parties can contact Robert Glanowski at robert.j.glanowski.civ@army.mil for further details.
73--DISHWASHING MACHINE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of a DISHWASHING MACHINE, specifically NSN 7320015377488. The requirement includes one unit to be delivered to the Naval Air Force Pacific within five days after award, with the approved source being GALLEYMASTER 250-LH-S. This equipment is crucial for food preparation and serving operations within military facilities. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
Commercial Washer and Stackable Gas Dryers
Buyer not available
The Department of Defense, specifically the Utah Army National Guard, is seeking quotes for the procurement of commercial washers and stackable gas dryers under solicitation number W911YP25QA004. The requirement includes 18 top-loading commercial washers and 24 stackable gas dryers, designed for high usage in educational settings, with specific technical specifications such as dimensions, power types, and a 1-3 year service warranty. This procurement is a Total Small Business Set-Aside, emphasizing the government's commitment to supporting small businesses, particularly those owned by women. Interested vendors must submit their quotes by 12:00 PM (MT) on May 14, 2025, to the primary contact, Kris Braun, at kristinna.a.braun.civ@army.mil, ensuring they are registered in SAM.gov and meet all outlined technical specifications.
Washer and Dryer Rental/Maintenance
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Jacksonville, is seeking qualified small businesses to provide washer and dryer rental and maintenance services for military personnel in unaccompanied housing across several locations in northwest Florida. The procurement aims to award a single firm-fixed-price purchase order for a base year, with four optional one-year extensions, emphasizing the need for new, commercial-grade equipment and reliable maintenance services to ensure operational efficiency. This opportunity is particularly significant as it supports the living conditions of military personnel while promoting small business participation in federal contracting. Interested parties must register under NAICS Code 532210 and are encouraged to access the forthcoming Request for Quotation (RFQ) via the Contract Opportunities website, with the RFQ expected to be released around May 5, 2025. For inquiries, contact Quentin Keaton at quentin.l.keaton.civ@us.navy.mil or Ellen Schramm at patricia.e.schramm.civ@us.navy.mil.
USCGC Waesche Dishwasher/Sanitizer Request
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for a replacement commercial-grade sanitizer/dishwasher for the CGC Waesche, due to the failure of the existing equipment. The new unit must support approximately 6,000 washes per month for 150 personnel, fit through specific ship doors, and operate effectively under high-use conditions at sea. This procurement emphasizes a lease-based agreement that includes installation, removal of the old unit, necessary modifications, service calls, crew training, and provision of required chemicals, with flexibility in payment options. Interested vendors should contact Aaron Benson at aaron.d.benson@uscg.mil or Michael Haiduck at Michael.J.Haiduck@uscg.mil, with a required delivery date of June 8, 2025, and shipping to a designated warehouse in Alameda, CA.
8-Station Shower Trailer Rental
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking contractors capable of providing an 8-Station Shower Trailer rental for Joint Base San Antonio (JBSA) Randolph, Texas. The procurement involves a four-month rental period from May 15 to September 15, 2023, during which the contractor will be responsible for the transportation, delivery, operational status, and routine cleaning of the trailer, ensuring compliance with safety standards and operational protocols. This service is critical for maintaining hygiene and sanitation for personnel on the base, particularly during peak operational periods. Interested parties must submit their capability statements and pricing information by April 29, 2025, to the designated contacts, Miranda Garza and Chad Olson, at the provided email addresses.
Decontamination Washer for Firefighting Equipment
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a commercial decontamination washer designed for firefighting protective gear. The washer must meet specific requirements, including the ability to clean gear in under 15 minutes, accommodate various firefighting equipment, and operate safely on 240V electricity while being compliant with NFPA 1851/1852 standards. This procurement is crucial for maintaining the safety and readiness of firefighting personnel, ensuring their gear is effectively decontaminated. Interested small businesses must submit their quotes by May 2, 2025, and can direct inquiries to Dustin Edwards at dustin.edwards.18@us.af.mil or Norman Mackie at norman.mackie.1@us.af.mil for further details.
Westmatic Carwash Rail Upgrade
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking quotes for the procurement of a "Brand Name" Westmatic Car Wash Rail Upgrade at Wright Patterson Air Force Base in Ohio. The project involves replacing the existing rail system with a new heavy-duty crane rail kit measuring 70 feet, which must be compatible with the current car wash equipment, and includes installation, training, and a one-year warranty for parts and labor. This upgrade is crucial for maintaining operational efficiency and compliance with government standards in car wash operations. Quotes are due by April 29, 2025, at 10:00 AM EST, and interested vendors must register in the System for Award Management (SAM) to be eligible. For further inquiries, contact Jennifer Blackford at jennifer.blackford@us.af.mil or Raschelle Swindle at raschelle.swindle@us.af.mil.
Closed-Loop Wash Rack System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Closed-Loop Wash Rack System to support the 20th Special Operations Aircraft Maintenance Squadron at Cannon AFB, New Mexico. This system is essential for the maintenance of Aerospace Ground Equipment (AGE) used for various aircraft, including the AC-130J, MC-130J, CV-22, U-28, and MQ-9, ensuring efficient and environmentally friendly cleaning processes that enhance equipment longevity and operational readiness. Interested vendors should note that this opportunity is set aside for small businesses, and inquiries can be directed to Ana Katrina Dela Cruz at anakatrina.delacruz.1@us.af.mil or Michael Boyd at michael.boyd.9@us.af.mil, with a focus on providing a system that meets specific technical specifications outlined in the procurement notice.