The document is a procurement listing detailing various beverages, including juices, carbonated drinks, water, and iced coffee products, likely related to federal contracts or RFPs (Requests for Proposals). It enumerates specific items with associated identifiers, descriptions, and one-year estimated quantities for procurement, totaling 4,100 units across different beverage categories. The list features well-known brands such as Minute Maid, Coca-Cola, and Powerade, indicating the government's intent to supply these products for distribution or use in various agencies or programs. This inventory aims to facilitate procurement processes, ensuring agencies meet their beverage supply needs while adhering to federal guidelines for sourcing and contract management. TheStructured format allows for easy tracking and management of the procurement items, reflecting efficient budgeting and planning efforts.
The document outlines delivery details for customer facilities associated with Fort Riley and Scott Air Force Base, focusing on specific buildings and their locations. It lists various customer names such as Nightingale Inn and Irwin Army Hospital, alongside their respective facility or building identifiers. Addresses include specifics for locations in Fort Riley, Kansas, and Scott AFB, Illinois, with corresponding ZIP codes provided. The document lacks explicit delivery instructions and contact information like names and emails, but includes placeholders suggesting that this information may be required for processing orders. The overall purpose is to organize and manage logistical information pertinent to military facilities, potentially as part of an RFP or federal grant application, emphasizing operational efficiency in government contracting related to supply and service delivery.
The government is conducting market research for a potential long-term contract to supply Coca Cola cans and bottles for military customers located in Kansas and Illinois, specifically for the Department of Defense. The contract is proposed for a duration of 60 months with a maximum value of approximately $1.03 million. Interested vendors are asked to confirm their interest and provide essential company information, including capabilities to service the military clientele and experience with federal contracts.
The solicitation includes queries regarding the vendor's business size, past government dealings, and necessity for subcontracting any part of the work. Additionally, vendors must comply with requirements for operating within the Subsistence Total Order and Receipt Electronic System (STORES), manage electronic transactions, and maintain necessary inspections by federal agencies. All parties interested in this opportunity must respond by March 11, 2025, and ensure they are registered on relevant government contracting platforms. This solicitation underscores the government's commitment to supporting military personnel's needs while aiming to foster small and large business participation in federal contracts.