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
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement and installation of a Pot & Pan Washer at Joint Base San Antonio, Texas. The project entails the removal of existing equipment, installation of new washers, and necessary modifications to the installation area, all of which must comply with industry standards and safety regulations. This procurement is crucial for maintaining efficient kitchen operations within military facilities, ensuring compliance with health and safety standards in food service. Interested small businesses must submit their quotes by May 8, 2025, and can direct inquiries to Noah Emerson at noah.emerson.1@us.af.mil or William Waters at william.waters.7@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    The document details a solicitation (FA301625Q60750002) for the removal and installation of a pot and pan washer, addressing contractor inquiries regarding project specifications. Key points include the maintenance of the existing vent hood and drainage directly beneath the current washer. The contractor is responsible for disconnecting the old unit and moving it for disposal. Clarification is provided on electrical panel locations and the updated dimensional requirements for the new washer, which must allow for seamless dish loading without spillage. Previous related contracts are referenced, highlighting a similar project from 2022 valued at $169,990. The document aims to clarify requirements for contractors to ensure compliance with the government’s operational needs during the installation process, thereby fostering efficient execution of the project while adhering to necessary standards.
    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.
    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.
    The document outlines a Request for Quote (RFQ) pertaining to the procurement of a Pot & Pan Washer and associated installation services for the United States Air Force. It is designated as a 100% Small Business set-aside under solicitation number FA301625Q60750002. The purpose of the RFQ is to solicit bids from small businesses capable of meeting specific technical and warranty requirements while adhering to guidelines set forth in the Statement of Work (SOW) and Salient Characteristics documents. Responses must be submitted by May 8, 2025, and will be evaluated based on technical acceptability and pricing. The submission requires detailed quotes for two line items, including the washer and installation modifications, with a total firm fixed-price proposal not exceeding four pages. Key deadlines for questions and a site visit are also highlighted to ensure bidders are adequately informed. Additionally, the document includes compliance stipulations for various Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, emphasizing the necessary registrations and requirements for responsible bidding. The emphasis on small business participation reflects the government's commitment to supporting this sector while ensuring competitive and fair procurement practices.
    The document outlines the specifications for a Pot & Pan Washer, specifically the Insinger Model CA-3 or an equivalent model. It requires a 208V, three-phase electrical connection and includes features such as low water protection, door safety switches, and an adjustable vent damper. The construction must be made of a minimum of 14-gauge 304 stainless steel, with an automatic fill system and a manual bypass selector switch. The washer is designed to process a minimum of 25 racks or 150 sheet pans per hour, consuming 70 gallons of water per hour and featuring a minimum 5 HP motor. Additional specifications include a 31-gallon tank capacity, dual power spinning wash and rinse arms, and an electric booster heater rated at 9kw. The overall dimensions must not exceed 54 inches in width, 77 inches in height, and 40 inches in depth. These detailed requirements suggest this document is part of a government RFP process aimed at ensuring compliance with standards for equipment in food service operations, likely for state and local entities seeking to procure reliable and efficient dishwashing solutions.
    The Statement of Work outlines the contract requirements for the removal and installation of Pot & Pan Washing machines at Building 10416, Joint Base San Antonio Lackland. The contractor is responsible for all aspects of the project, including personnel, equipment, and compliance with industry standards and regulations. Installation must occur within 60 days post-award during non-feeding hours, with coordination with food service staff. The contractor will disconnect and remove old machines, install new ones, and ensure proper functioning according to manufacturer specifications. Safety regulations, including OSHA compliance, must be followed, and any hazardous materials used must be reported to the HAZMAT Pharmacy. The contractor is also accountable for waste disposal and security measures during the project duration. Quality assurance will be provided by government representatives, with inspections at various project phases. A one-year warranty on installation defects is required, ensuring all work meets specified standards before acceptance by the government. This document is typical of government RFPs, emphasizing thorough planning and adherence to regulations for successful project execution.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    7320--Ventless Dishwasher & Food Scraper
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is seeking qualified vendors to provide a Ventless Flight Type Dishwasher and Food Scraper for the Orlando VA Medical Center's Food and Nutrition Department. The procurement includes the supply of a Hobart Model No. FT1000E+Base dishwasher, capable of washing at least 14,000 dishes per hour, along with a Salvajor Model S914 food scraper, both requiring assembly, installation, scheduled maintenance, and on-site training for staff. This equipment is crucial for sanitizing mealtime items for Veterans, ensuring their health and well-being. Interested vendors must respond by December 22, 2025, at 3:00 PM EST, via email to Shawn Autrey and Rohan McKenzie, and must be registered with the System for Award Management (SAM) to be eligible for consideration.
    Unimac UY25 Washer & Dryer
    Dept Of Defense
    The Department of Defense, specifically the Naval Consolidated Brig Miramar Detachment Pearl Harbor, is seeking to procure new industrial-grade laundry equipment, specifically the Unimac UY25 Washer and compatible dryer, to replace outdated models that are no longer under warranty and frequently fail. The procurement aims to enhance operational efficiency and meet environmental standards by acquiring large-capacity washers and dryers that are durable and suitable for high-frequency use in correctional facilities. The selected contractor will be responsible for providing, installing, and training staff on the new equipment, with a completion deadline set for November 1, 2025. Interested vendors can contact Ken Parker at kenneth.l.parker16.civ@us.navy.mil or Robert S. Edwards at robert.s.edwards42.civ@us.navy.mil for further details.
    MFR Wash Rack Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is seeking qualified contractors to provide maintenance and upgrade services for vehicle wash systems at Marine Corps Reserve Centers across the continental United States. The procurement involves planned maintenance, inspection, repair, and remote monitoring of approximately forty reclaim wash systems and eight pass-through wash systems, as well as upgrading delinquent systems. These services are crucial for maintaining operational readiness and environmental compliance at military facilities. Interested small businesses are encouraged to reach out to Bianca James Gaddison at Bianca.M.JamesGaddison@usace.army.mil or call 504-240-8923, or contact Walter Gordon at walter.l.gordon@usace.army.mil or 843-329-8157 for further details. This opportunity is set aside for small businesses under the SBA guidelines.
    Synopsis - Aircraft Wash
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide non-personal Aircraft Wash Services at MacDill Air Force Base in Tampa, Florida. This procurement, designated as a Total Small Business Set-Aside, requires comprehensive aircraft washing and corrosion control services, including all necessary personnel, equipment, and supervision, over a five-year ordering period from March 26, 2026, to March 25, 2031, with a potential six-month extension. The services are critical for maintaining the operational readiness and longevity of aircraft, particularly the KC-135, and the solicitation is expected to be issued on January 6, 2026, with a closing date of January 27, 2026. Interested parties must be registered in the System for Award Management (SAM) database and can direct inquiries to Owen Harris at owen.harris.2@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil.
    Troop Appliance Maintenance and Repair (TAMR)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Troop Appliance Maintenance and Repair (TAMR) contract at Joint Base Lewis-McChord (JBLM), Washington. This procurement involves providing non-personal services for the maintenance, repair, installation, and disconnection of appliances, as well as dryer duct and vent system cleaning for Unaccompanied Housing facilities. The contract, valued at approximately $19 million, will span from November 1, 2025, to March 31, 2030, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Scott Byrd or Jason McCormick via the provided contact information.
    Solicitation Flat Washer NSN: 5310-01-612-4549
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of flat washers under solicitation number W912CH-24-Q-0047. This opportunity is a Total Small Business Set-Aside, requiring the delivery of 15,520 units of flat washers (NSN: 5310-01-612-4549, Part Number: AEW23X12N000BD82C1), with an option for an additional 15,520 units, emphasizing the importance of these components in military applications. Interested vendors must submit their offers by 4:00 PM on January 4, 2026, via email to Brian Hurd at brian.t.hurd.civ@army.mil, adhering to military-level preservation and packing standards, with invoicing to be conducted electronically through the Wide Area WorkFlow (WAWF) system.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    52000Q260001484 USCGC VIGILANT SANITIZER AND INSTALLATION
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the replacement and installation of a sanitizer unit on the USCGC VIGILANT. The primary requirement is for a Hobart model No. AM16-BAS-4 sanitizer, which is essential for maintaining sanitary conditions aboard the cutter, as the current unit has been deemed non-operational after years of temporary repairs. The work will take place in Cape Canaveral, Florida, with a performance period spanning from February to March 2026, and interested vendors must submit their quotes by December 15, 2025, at 9 A.M. EST. For further inquiries, vendors can contact Timothy Ford or Sean Hoy via email at timothy.s.ford@uscg.mil and sean.w.hoy@uscg.mil, respectively.
    JBSA Hazardous Material Survey
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors to conduct a Hazardous Material Survey at Joint Base San Antonio (JBSA) in Texas. The procurement involves providing management, tools, supplies, equipment, and labor for both non-destructive and destructive testing of hazardous materials, including lead, asbestos, Polychlorinated-Biphenyls (PCB), mercury, and mold, across eleven geographically separated units. This initiative is crucial for ensuring compliance with environmental regulations and supporting building renovation and repair projects, with an estimated workload of inspecting 60 buildings for various hazardous materials. Interested small business offerors are encouraged to submit their responses by December 15, 2025, at 10:00 AM Central Time, and should direct inquiries to A1C Tristan Torres at tristan.torres@us.af.mil or Mr. Bismark Badu at bismark.badu.3@us.af.mil.
    Base and Medical Laundry Services -Qatar and Saudi Arabia
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Announcement to identify potential sources for Laundry and Dry-Cleaning services in Qatar and Saudi Arabia. The procurement aims to secure comprehensive laundry services, including the handling of contaminated medical linen, with a focus on quality control, transportation methods, and compliance with health and safety standards. This opportunity is critical for maintaining hygiene and operational readiness in military settings, with an estimated monthly workload of approximately 50,776 units, peaking at 58,562 units. Interested parties must submit their capability statements and responses to specific questions by 12:00 PM Arabian Standard Time on November 14, 2025, to SrA Dominique Henry at dominique.henry.1@us.af.mil.