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
    IFB - Beale Aircrew Readiness Facility
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is soliciting proposals for the renovation and expansion of the Aircrew Readiness Facility at Beale Air Force Base in California. This project, categorized under NAICS Code 236220 and set aside for small businesses, involves comprehensive upgrades including electrical system enhancements, structural renovations, and the installation of essential equipment such as a generator and telecommunication infrastructure. The initiative underscores the importance of maintaining military infrastructure to support operational readiness and safety, with a projected contract value between $5 million and $10 million. Interested contractors should contact Adam Brooks at adam.m.brooks@usace.army.mil for further details and adhere to the submission guidelines outlined in the solicitation documents, with a completion target set for March 6, 2025.
    27th LRS Vehicle BPA
    Buyer not available
    The Department of Defense, through the 27th Special Operations Contracting Squadron, is seeking proposals for a Blanket Purchase Agreement (BPA) to provide vehicle maintenance and repair services at Cannon Air Force Base in New Mexico. The contractor will be responsible for delivering non-personal vehicle repair services over a five-year period, ensuring compliance with industry standards and utilizing their own labor, parts, and tools. This procurement is critical for maintaining the operational readiness of the Air Force's vehicle fleet, emphasizing the need for reliable and quality repair services. Proposals are due by March 12, 2025, with questions accepted until February 20, 2025. Interested vendors must contact Gaige Macomber at gaige.macomber@us.af.mil or Logan Gaib at logan.gaib@us.af.mil for further details.
    Karon Liners
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the repair and replacement of Karon liners, which are proprietary to Kamatics Corporation, at Hill Air Force Base in Utah. The procurement involves the repair of up to 25 parts annually, including critical components for military aircraft, under a Blanket Purchase Agreement (BPA) with a five-year ordering period from May 10, 2025, to May 9, 2030. This contract emphasizes the importance of specialized services in maintaining military operational readiness, with orders capped at $25,000 each and payments made via Government Purchase Card. Interested contractors must submit their quotes electronically by March 12, 2025, and can contact Elijah Carino at elijahleo.carino@us.af.mil or Costadena Bournakis at costadena.bournakis@us.af.mil for further information.
    Wheel Build-Up Stand and Wheel Assembly Stand (Brand name)
    Buyer not available
    The Department of the Air Force is seeking qualified small businesses to provide a Wheel Build-Up Stand and Wheel Assembly Stand, specifically the Bauer Model 8071 and Model 8731, to support the 60th Maintenance Squadron at Travis Air Force Base. The procurement aims to replace outdated and inoperative equipment essential for assembling aircraft wheels, including those for the C-17, C-5, and KC-46, which has currently reduced production capacity to 25% of normal operations. This equipment is critical for maintaining aircraft readiness and preventing supply chain delays in maintenance operations. Interested vendors must submit their quotes by November 19, 2024, at 12:00 PM PST, and can contact SrA Estrada Dighiera at amelia.estradadighiera@us.af.mil or Vitaliy Kim at vitaliy.kim@us.af.mil for further information.
    Purchase and install 3 combination Icemaker and Hot/Cold water dispensers
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the purchase and installation of three combination icemakers and hot/cold water dispensers at Offutt Air Force Base in Nebraska. The project requires contractors to provide price quotations, technical capabilities, and to comply with various installation logistics, including electrical and plumbing work, while ensuring adherence to federal regulations and standards. These dispensers are essential for providing reliable access to drinking water and ice, contributing to the operational needs of the 97th Intelligence Squadron. Interested vendors must submit their quotes by March 7, 2025, and are encouraged to contact Ryan DeVincent at ryan.devincent@us.af.mil or 402-294-3272 for further inquiries.
    PKA - B549 Repair Multiple Fire Alarm Panels
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the "PKA - B549 Repair Multiple Fire Alarm Panels" project at Travis Air Force Base in California. This contract involves the design and construction services necessary to upgrade outdated fire alarm systems in Building 549, which includes the demolition and replacement of existing fire alarm control panels that are no longer serviceable. The project is critical for maintaining safety standards in federal facilities and ensuring effective emergency response capabilities. Interested contractors must submit their sealed bids by April 5, 2025, and can direct inquiries to SSgt Gabriel Sanderson at gabriel.sanderson@us.af.mil or MSgt Joshua Boak at joshua.boak@us.af.mil.
    Automated Tool Kits
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses for the procurement of Automated Tool Kits, as outlined in the Request for Quote (RFQ) FA301625Q0071. The primary objective is to acquire automated tool cabinets designed for Vehicle Maintenance and Management Airmen, featuring specifications such as a compact design, keyless entry, and a touch screen interface to enhance operational efficiency and tool management. This initiative is crucial for ensuring the proper organization and accountability of maintenance equipment, thereby supporting military readiness. Interested vendors must submit their proposals by 10:00 AM CST on March 17, 2025, and can direct inquiries to Deshawn Smith at deshawn.smith.4@us.af.mil or Carlos Castillo at carlos.castillo.11@us.af.mil.
    PKA - Repair Flightline Gates Travis AFB, CA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of flightline gates at Travis Air Force Base, California. This project, classified as a Firm-Fixed Price contract, is exclusively set aside for small businesses and involves the demolition of existing gate components, installation of new rail-driven gate operators, and integration of updated security features. The estimated contract value ranges from $500,000 to $1,000,000, with sealed bids due by 11:00 AM on April 4, 2025, and inquiries for clarification must be submitted by March 17, 2025. Interested contractors can reach out to Karly Zamiar at karly.zamiar@us.af.mil or Rory Gardner at rory.gardner@us.af.mil for further information.
    Dining Facility HVAC Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to perform HVAC repair services for dining facilities under the jurisdiction of the W7ND USPFO Activity MDANG 175. The procurement aims to address maintenance and repair needs for refrigeration, air conditioning, and air circulating equipment, which are critical for ensuring a comfortable and safe dining environment for personnel. This opportunity is set aside for small businesses, as indicated by the Total Small Business Set-Aside designation, and falls under the NAICS code 238220. Interested contractors can reach out to Kerry Guy at kerry.guy@us.af.mil or by phone at 301-222-6021 for further details regarding the solicitation process.
    MCRD PI Kitchen Appliances
    Buyer not available
    The Department of Defense, specifically the Commanding General of the Department of the Navy, is seeking sources for kitchen appliances to be installed at Marine Corps Recruit Depot Parris Island in South Carolina. The procurement focuses on a range of kitchen equipment and fixtures for three mess halls, including stationary kettles, tilting skillets, roll-in ovens, fryer batteries, and cold food counters, all designed to enhance food service capabilities in military facilities. This initiative underscores the government's commitment to modernizing kitchen operations, ensuring compliance with safety and functional standards, and improving the overall quality and efficiency of food preparation environments. Interested vendors, particularly small businesses, can reach out to Captain Zach Keener at zachary.e.keener.mil@usmc.mil or 843-228-2129, or Randy L. Wentworth at randy.wentworth@usmc.mil or 843-228-2151 for further details.