Lackland Dining Facility Dishwashers
ID: FA301625Q6088Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

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 removal and installation of dishwashers at the Lackland Dining Facility located at Joint Base San Antonio, Texas. The project entails the complete removal of two existing dishwashing machines and the installation of two new units, with all work to be conducted in accordance with the provided Statement of Work, ensuring compliance with safety and environmental regulations. This procurement is a 100% small business set-aside, emphasizing the importance of supporting small enterprises in government contracting. Interested contractors must submit their quotes by May 11, 2025, following a mandatory site visit on May 2, 2025, and can direct inquiries to Evelyn Fujinaka at evelyn.fujinaka.1@us.af.mil or Heather Sorensen at heather.sorensen@us.af.mil for further clarification.

    Files
    Title
    Posted
    The Statement of Work outlines the requirements for the removal and installation of dishwashing machines at Building 10416, Joint Base San Antonio Lackland. The contractor is responsible for providing all necessary labor, materials, tools, and transportation for the project. The key tasks include removing two old dishwashing machines, installing two new machines, and ensuring their proper operation, all while adhering to safety and environmental regulations. The installation must occur during non-feeding hours to minimize disruption, and the contractor must ensure compliance with OSHA standards and report any hazardous materials used during the work. The final project requirements include thorough cleaning and removal of all debris, with warranties for installation defects. Additionally, specific details concerning work hours, utility provisions, and required quality assurance measures are highlighted. The government will oversee performance to ensure compliance with specifications and safety protocols throughout the project. This comprehensive approach underscores the government's commitment to efficient, safe, and compliant facility upgrades.
    The document addresses contractor inquiries regarding the Lackland Dining Facility Dishwashers solicitation (Solicitation Number: FA301625Q6088). Key questions touch on site visit aspects and the technical specifications for the dishwashers. Notably, there will be no additional site visits scheduled after the initial one, and contractors are responsible for certain installations, but not for the disconnecting/connecting of soap dispensers, which is managed by another company. Clarifications include that while a blow dryer is referenced in the salient characteristics, it is not visually depicted. The government confirms required wire size is not a concern if the item meets salient specifications. Overall, the document is structured in a Q&A format, providing necessary clarifications for potential contractors to aid in their bidding process, ensuring compliance with the RFQ's requirements.
    The Request for Quote (RFQ) F2M3MS5059A002 is for the procurement of dishwashers for the Lackland Dining Facility, emphasizing a "Brand Name or Equal" approach, specifically the Hobart Model CL64EN-BAS. The RFQ requires submissions from Small Business Concerns only and includes a bid schedule with line items for two dishwasher models and installation services. The deadline for quotes is set for May 2, 2025, with a site visit on the same day requiring prior registration. Quotes must address all specified line items to be considered, and technical acceptability is evaluated based on adherence to salient characteristics, with the lowest-priced technically acceptable quote deemed advantageous for award. The document outlines the evaluation process, including mandatory registration in the System for Award Management (SAM) and compliance with various federal regulations. Additionally, it lists provisions and clauses that are applicable to the solicitation, reinforcing the standards contractors must meet. The RFQ's comprehensive instructions assist offerors in adequately preparing their proposals while underscoring the government's commitment to fair procurement practices and compliance.
    The document outlines a Request for Quote (RFQ) F2M3MS5059A002 for the procurement of dishwashers for the Lackland Dining Facility, specifying that only Small Business Concerns are eligible to submit quotes. Key points include an extended response deadline of May 11, 2025, a mandatory site visit on May 2, 2025, and a deadline for questions by May 5, 2025. The RFQ includes a detailed Bid Schedule listing required items and specifications, specifically the Hobart Model No. CL64EN-BAS or equivalent products, along with associated logistics for their installation and removal. The RFQ emphasizes the necessity of adhering to salient characteristics to ensure technical acceptability, with a competitive evaluation based on the Lowest Priced, Technically Acceptable (LPTA) approach. Mandatory registrations in the System for Award Management (SAM) are required, and all communications regarding inquiries and submissions must be addressed to designated contacts. Overall, the document serves as a formal solicitation for bids, providing necessary instructions and stipulations for potential contractors to secure a contract with the government.
    The government file discusses the protocols and processes surrounding federal and state RFPs (Requests for Proposals) and grants. It outlines the procedure for submitting proposals to secure federal funds and the criteria that applicants must meet. Key points include adherence to specific guidelines, budget requirements, project timelines, and eligibility criteria which are crucial for successful applications. The document emphasizes compliance with local regulations, and the importance of detailed project descriptions that demonstrate a clear understanding of objectives and anticipated outcomes. Additionally, it stresses the necessity of documenting past performance and qualifications to enhance the credibility of submissions. This comprehensive overview aims to assist applicants by providing them with essential information and best practices for engaging with governmental funding opportunities effectively.
    The Request for Quote (RFQ) FA301625Q6088 seeks bids for the procurement of dishwashers for the Lackland Dining Facility, explicitly allowing brand name or equivalent options. Respondents must submit quotes by 12:00 pm CST on May 2, 2025, to designated contacts. Late submissions may be considered only under specific conditions, and all questions must be addressed by April 24, 2025. The Bid Schedule lists three main line items: two Hobart CL64EN-BAS dishwashers (one for left-to-right and one for right-to-left operation) and a third for delivery, installation, and removal of the existing washer. The procurement is exclusively set aside for small businesses, with awards based on the best value according to technical acceptability and price. The government will evaluate each bid against specified salient characteristics, which include performance specifications, efficiency, and compatibility with existing facilities without structural alterations. Contractors must provide detailed documentation if quoting an equivalent product. Successful bidders will be subject to various compliance requirements, including SAM registration and adherence to specific federal regulations. This RFQ represents a structured effort to enhance facility operations while promoting small business participation in government contracts.
    This document outlines the Statement of Work (SOW) for the removal and installation of two dishwashing machines at Building 10416, Joint Base San Antonio Lackland. The contractor is responsible for providing all necessary labor, equipment, and materials for the project, ensuring compliance with all relevant safety and regulatory standards throughout the installation. All work must be completed during non-feeding times to avoid disruption, and a thorough connection and testing process is required to ensure the machines are fully operational. Safety compliance with OSHA regulations is mandated, alongside proper waste disposal practices to protect the environment. Furthermore, any hazardous materials must be reported and managed in accordance with local procedures. The contractor must maintain work areas securely, keep thorough records, and address quality assurance issues proactively. The project includes a one-year warranty on installed units and adherence to the government's quality control standards during inspection phases. Communication with assigned government representatives is crucial for compliance and successful project completion. This SOW emphasizes the government's commitment to ensuring operational efficiency in food service operations while upholding safety and environmental standards.
    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.
    HVAC Assessment and Repair Services
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide Heating, Ventilation, and Air Conditioning (HVAC) assessment and repair services at Joint Base San Antonio (JBSA), Texas. The procurement aims to establish a five-year Blanket Purchase Agreement (BPA) from February 1, 2026, to January 31, 2031, covering various HVAC systems, including Air Handler Units, Fan Coil Units, Water Source Heat Pumps, Chillers, and Variable Refrigerant Flow systems across JBSA-Lackland, JBSA-Randolph, JBSA-Fort Sam Houston, and JBSA-Camp Bullis. This opportunity is crucial for maintaining operational efficiency and comfort within military facilities, and interested parties are encouraged to submit a capability statement detailing their qualifications and experience by contacting Bismark Badu at bismark.badu.3@us.af.mil or 210-671-1727. Please note that this notice is for market research purposes only and does not constitute a solicitation for proposals.
    Dyess AFB, Custodial Services Synopisis
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide custodial services at Dyess Air Force Base (AFB) in Texas. The contract will cover a range of cleaning tasks to maintain the cleanliness and professional appearance of assigned buildings, including restocking restroom supplies and adhering to Air Force Custodial Standards (AFCOLS). This follow-on contract, which will replace the current contract ending on October 31, 2026, includes a base year followed by four option years, with all work performed in compliance with applicable laws and regulations. Interested parties can contact Christi Murphy at christi.murphy.1@us.af.mil or 325-696-1085 for further details.
    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.
    Custodial Service Starbase San Luis Obispo
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for custodial services at the STARBASE San Luis Obispo facility in California. The contract requires the contractor to provide all necessary personnel, equipment, supplies, and management to maintain cleanliness and safety standards in buildings 706 and 703, with services including routine cleaning three times a week and compliance with an annual cleaning schedule. This procurement is a total small business set-aside, with a solicitation number W912LA26QA100, and quotes are due by January 16, 2026, at 10:00 AM PST. Interested vendors should contact Thomas R. Lamont at thomas.r.lamont3.civ@army.mil for further details and to obtain the necessary attachments for submission.
    Demo B6119
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the demolition of Building 6119 at Dyess Air Force Base in Texas. This project involves the complete demolition of the building, including the removal of concrete slabs, foundations, and various structural components, with specific attention to safety and environmental regulations, particularly concerning asbestos abatement. The contract will be awarded as a Firm-Fixed Price (FFP) and is set aside for small businesses, with a proposal due date extended to December 16, 2025, at 12:00 PM CST. Interested contractors should submit their offers via email, including a detailed project timeline and pricing breakdown, and can direct inquiries to Victor Oliveras Miranda at victor.oliveras-miranda@us.af.mil or Danny L. Webb at danny.webb.2@us.af.mil.
    Demo B6142
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Building 6142 at Dyess Air Force Base in Texas. The project involves the complete demolition of the structure, including concrete slabs and foundations to a depth of three feet below grade, along with the removal of all associated interior and exterior components, while adhering to strict safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the base and ensuring compliance with federal and state environmental standards. Interested contractors must submit their proposals by December 16, 2025, at 12:00 PM CST, and can direct inquiries to Marshal Khinno at marshal.khinno@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.
    Dining Facility Services - Mess Attendants & Contingency Cooks
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide Mess Attendant and Contingency Cook services at the Royal Air Force (RAF) bases in Lakenheath and Mildenhall. The contractor will be responsible for a range of food service operations, including food preparation, cleaning, cashier duties, and waste management, while adhering to professional and sanitation standards as outlined in the Performance Work Statement (PWS). These services are mission-essential and will support the Knights Table Dining Facility at RAF Lakenheath, the Hot Pit Small Site Dining Facility at RAF Lakenheath, and the Gateway Dining Facility at RAF Mildenhall. Interested parties can contact Roman Pavlovich at roman.pavlovich@us.af.mil or Kenneth Schleckser at kenneth.schleckser@us.af.mil for further details, as there is no set-aside for this opportunity and the procurement process is currently in the presolicitation phase.
    NEARNG Kitchen Equipment Diagnostic Inspection
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a contract titled "NEARNG Kitchen Equipment Diagnostic Inspection." This procurement involves conducting diagnostic inspections of kitchen equipment at various locations to assess operability and service status, along with performing minor preventative maintenance tasks. The services are crucial for ensuring the functionality and safety of food preparation and serving equipment used by the Army National Guard. This opportunity is set aside for small businesses under NAICS code 811310, with a size standard of $12,500,000. Interested parties should contact Zachery Sehnert at zachery.l.sehnert.civ@army.mil or call 402-309-8253 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.