Kitchen Equipment Maintenance & Repair (Updated)
ID: FA468625Q7001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4686 9 CONS PKPBEALE AFB, CA, 95903-1702, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FOOD PREPARATION AND SERVING EQUIPMENT (J073)

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 seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for Kitchen Equipment Maintenance and Repair services at Beale Air Force Base in California. The BPA will cover maintenance and repair services for six locations over a three-year period, with a total funding ceiling of $250,000, and will require contractors to provide all necessary labor, materials, and permits as outlined in the performance work statement. This procurement is crucial for ensuring the operational efficiency and safety of kitchen equipment used by the 9 Force Support Squadron, emphasizing compliance with federal and state codes and a rapid response for emergencies. Interested vendors must submit their quotes electronically by 2:00 PM PST on January 10, 2025, and can direct inquiries to Paul Castillo at paul.castillo.7@us.af.mil or by phone at 530-634-3369.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Blanket Purchasing Agreement (BPA) for maintenance and repair services specific to Refrigeration and Gas Cooking Equipment for the 9th Force Support Squadron (9FSS) at Beale AFB, California. The BPA will cover various facilities over a three-year period, allowing for the issuance of individual Task Orders (TOs) as needed without guaranteeing work orders. Contractors will provide all necessary labor, materials, and permits for the services which include refrigeration repair, gas cooking equipment maintenance, and emergency response, among others. Key stipulations include compliance with federal and state codes, scheduling requirements, a 1-hour response time for emergencies, and strict cleanup protocols. The contractor must also maintain communication through reports to the Contracting Officer Representative (COR) regarding work performed and any issues identified. Payment for services will be handled electronically, and all tasks will be quoted based on previously agreed pricing. The document emphasizes the government's right to modify the contract and reserves the right to reject services that do not meet required standards, ensuring accountability through a quality assurance process. Overall, the BPA framework aims to maintain operational efficiency within the 9FSS while upholding safety and compliance standards.
    This document presents a price list for kitchen maintenance and repair services across three fiscal years: FY 25, FY 26, and FY 27. Each item includes the hourly rate for maintenance and repair services, and it specifies that one hour is the quantity listed for each fiscal year. The aim of this pricing structure is to provide a transparent and standardized billing for contractual services to be procured by government entities. The document is a part of federal and local requests for proposals (RFPs) and grants, and underlines the ongoing need for kitchen maintenance within government facilities. By establishing fixed hourly rates for these services, the document aids in budget planning and ensures accountability in service delivery.
    The document outlines a price list for kitchen maintenance and repair services spanning fiscal years 2025 to 2027. It includes six items categorized by service type (kitchen maintenance and kitchen repair), each associated with an hourly rate for specific fiscal years. The items are structured numerically, indicating that both maintenance and repair services will be offered at a consistent hourly rate across the three years. The list specifies a quantity of one hour for each service, indicating that the rates apply on an hourly basis and suggest the potential for budget forecasting in upcoming fiscal periods. This pricing information is crucial for government agencies planning to allocate funds for maintenance and repair services within their budgets for the specified years, ensuring adherence to financial procedures in public sector contracting.
    The document outlines a Pre-priced Blanket Purchase Agreement (BPA) between Beale AFB and a contractor for the provision of supplies and services from January 16, 2025, to January 16, 2028. This agreement stipulates that the contractor must offer prices equal to or lower than those charged to their most favored customers and provides a framework for placing and documenting purchase calls, which can be oral or written. Authorized personnel from the contracting office will issue orders up to specified dollar limits. The BPA requires annual submission of price lists for review and approval, and details the procedures for delivery tickets and invoicing, mandating specific information for processing. Payment terms include consolidated monthly payments based on accepted deliveries and potential payments per individual call for certain food items. The BPA emphasizes the use of nonappropriated funds, which align with the contracting officer's directives, ensuring accountability and compliance throughout the purchasing process. This structure aims to streamline procurement activities while maintaining cost-effectiveness and regulatory adherence within the nonappropriated fund framework of the Air Force.
    This document outlines the Nonappropriated Fund Standard Clauses applicable to contracts involving the Nonappropriated Fund Instrumentality (NAFI) of the Department of Defense (DoD). It defines key terms such as "Contract," "Contractor," and "Contracting Officer," establishing the legal framework for contractual obligations. The document clarifies that NAFIs operate without appropriated funds and details procedures for resolving claims and protests, emphasizing compliance with specific regulations. It also includes clauses covering legal responsibilities, insurance requirements, procurement integrity, and termination processes, as well as social responsibility standards related to labor practices and trafficking in persons. Notably, contractors must comply with various labor laws, ensure sustainability, and adhere to new guidelines on minimum wage and paid sick leave. The document serves to formalize contractors’ obligations while ensuring that the NAFIs maintain accountability and ethical standards, reflecting best practices in government contracting.
    The document appears to be a corrupted or unreadable file, making it impossible to extract coherent information or context. However, based on the indication that the file is part of federal government RFPs, federal grants, and local RFPs, one can generalize that such documents typically outline funding opportunities, project scopes, application processes, evaluation criteria, and compliance requirements for potential applicants. These documents serve as formal invitations inviting proposals from entities wishing to secure government funding or contracts for specific projects aligned with federal or local priorities. The main purpose usually revolves around promoting economic development, public welfare, or infrastructure improvement through collaborative partnerships between public and private sectors.
    The document addresses inquiries related to a government Request for Proposals (RFP). The main focus is on the submission requirements for proposals, confirming that there are no specific formatting or detail preferences beyond the stipulated requirements in the solicitation. Additionally, it clarifies that there is currently no incumbent contractor for the proposed services, indicating a lack of existing performance expectations or transition processes to consider. This RFP pertains to new service provisions within the federal space, highlighting the need for potential contractors to prepare submissions without preconceived constraints and understanding the competitive landscape. Ultimately, the document serves to clarify submission expectations and the contractor landscape for interested parties.
    The document is a combined synopsis and solicitation for a Request for Quotation (RFQ) number FA468625Q7001, aimed at establishing a Blanket Purchase Agreement (BPA) for Kitchen Equipment Maintenance and Repair services at Beale AFB, California. The BPA will cover services for six locations over a three-year period, with a not-to-exceed ceiling of $250,000. The solicitation is set aside for small businesses under NAICS code 811310 and requires all participants to be registered in the System for Award Management (SAM). Quotes must be submitted electronically by 2:00 PM PST on January 10, 2025. Vendors will be evaluated based on price, technical capability, and past performance, with a focus on best value for the government. Key instructions for quotations include submitting a firm-fixed price list, a statement on how services will be provided, and details of any subcontractors involved. The government reserves the right to cancel the solicitation without obligating itself to any quotes submitted. Attachments provide necessary documentation related to the performance work statement, price listing, and terms and conditions. The RFQ is a part of the federal procurement process that supports small business participation in government contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Vehicle Scale Calibration Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide Vehicle Scale Calibration Services at Beale Air Force Base, California. The procurement involves annual calibration, inspection, testing, and maintenance of six government-owned scales used for verifying vehicle and cargo weights, ensuring compliance with Department of Transportation and MIL-AIR weight limitations. This contract is crucial for maintaining operational efficiency and safety standards, with a total small business set-aside and a potential contract value not exceeding $5,000 per year for "Over and Above" repairs. Interested parties must submit their quotes by January 6, 2026, and are encouraged to attend a site visit on December 22, 2025, with prior access arrangements required by December 17, 2025. For further inquiries, contact Lamar Mullins at lamar.mullins@us.af.mil or Katherine Moe at katherine.moe@us.af.mil.
    Joint Base Andrews Executive Flight Kitchen Food Service Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide executive flight kitchen food service support at Joint Base Andrews in Maryland. The procurement aims to acquire services that include the provision of cleared food service personnel, such as Mess Attendants, a Restaurant Manager, an Executive Chef, and various Cook positions, all of whom must possess security clearances ranging from Secret to Top Secret-SCI. This opportunity is crucial for maintaining high-quality food service operations in support of distinguished visitors and military personnel, adhering to strict health and security protocols. Interested vendors must submit their capabilities statements and relevant information by 11:59 PM EST on January 7, 2026, to the designated contacts, Heather L. Roe and Raffaele Simpson, via the provided email addresses.
    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.
    Maintenance and Repair
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for maintenance and repair services related to electronic and precision equipment. This procurement aims to streamline the acquisition of supplies and services necessary for supporting various Naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements and relevant documentation by March 11, 2026, to be considered for inclusion in the BPA program, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    SYNOPSIS-Kitchen Equipment (Refrigerated Merchandiser Equipment, Ice Box, Back Bar Refrigerated Box )
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command Installation Contracting Office in West Point, NY, is seeking proposals for kitchen equipment, specifically refrigerated merchandiser equipment, ice boxes, and back bar refrigerated boxes. This procurement aims to fulfill a design and installation requirement for kitchen facilities, emphasizing the need for businesses to be registered as GSA Contract Holders to be eligible for award. The equipment is crucial for food preparation and service operations within military installations, ensuring efficient and safe food handling. The solicitation is expected to be issued in electronic format around December 15, 2025, and interested parties should monitor the UNISON marketplace for updates. For further inquiries, potential bidders can contact Ignacio Cordova at ignacio.j.cordova2.civ@army.mil or by phone at 520-687-8204.
    Maintenance and Repair Specialized Equipment
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for maintenance and repair of specialized equipment related to aircraft operations. This procurement aims to streamline the acquisition of commercial items necessary for supporting various Naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. The selected vendors will be required to submit capabilities statements and comply with federal regulations, with the BPA allowing for flexible, as-needed orders without a formal Request for Proposal. Interested vendors must submit their documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including their Cage Code and Unique Entity Identifier (UEID) for verification.
    Machine Repair
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, is seeking qualified small businesses to establish Blanket Purchase Agreements (BPAs) for machine repair services. This procurement aims to support various programs related to Aircraft Launch and Recovery Equipment, Common Support Equipment, and Peculiar Support Equipment, which are critical for naval operations. Interested vendors are invited to submit their capabilities statements and relevant documentation, including their Cage Code and Unique Entity Identifier, by March 11, 2026, to be considered for the BPA, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    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.
    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.
    FY26 Carpet Cleaning BPA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for carpet cleaning services at Hanscom Air Force Base (HAFB) in Massachusetts. The contractor will be responsible for providing all labor, materials, and equipment necessary for carpet cleaning, which includes vacuuming, spot cleaning, and hot water extraction, using environmentally friendly products that meet specific certification standards. This procurement is significant as it covers over one million square feet of administrative office space and emphasizes compliance with safety and environmental controls. Interested small businesses must submit their quotes by January 5, 2026, at 1:00 PM ET, and can contact Clarissa Baker or Kristin Morrison for further information.