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
  1. 1
    Posted Dec 31, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 7, 2025, 12:00 AM UTC
  3. 3
    Due Jan 10, 2025, 10:00 PM UTC
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
Jan 7, 2025, 7:04 PM UTC
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.
Dec 31, 2024, 9:04 PM UTC
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.
Jan 7, 2025, 7:04 PM UTC
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.
Jan 7, 2025, 7:04 PM UTC
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.
Jan 7, 2025, 7:04 PM UTC
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.
Jan 7, 2025, 7:04 PM UTC
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.
Jan 7, 2025, 7:04 PM UTC
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.
Jan 7, 2025, 7:04 PM UTC
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
Kitchen Equipment Maintenance and Repair
Buyer not available
The Department of the Treasury, specifically the Bureau of the Fiscal Service, is seeking formal quotes for Kitchen Equipment Maintenance and Repair Services for the Armed Forces Retirement Home (AFRH) located in Gulfport, Mississippi. The procurement aims to establish a contract that includes both firm-fixed prices and labor-hour components for maintenance services, with a focus on preventative maintenance as outlined in the Performance Work Statement (PWS). This contract is crucial for ensuring the operational efficiency of kitchen equipment at AFRH-G and is set aside exclusively for small businesses. Interested vendors must submit their electronic quotations by April 17, 2025, and direct any inquiries to purchasing@fiscal.treasury.gov or kaity.eaton@fiscal.treasury.gov by April 11, 2025, to ensure compliance with the solicitation requirements.
Pot & Pan Washer & Installation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement and installation of a Pot & Pan Washer at Joint Base San Antonio (JBSA) in Fort Cavazos, Texas. The project requires the provision of a pot and pan washer that meets specific technical specifications, including features such as a 208V electrical connection, low water protection, and a capacity to process at least 25 racks or 150 sheet pans per hour, among other requirements outlined in the Statement of Work (SOW). This procurement is crucial for maintaining efficient kitchen operations within the military facility, ensuring compliance with safety and operational standards. Interested small businesses must submit their quotes by April 23, 2025, and are encouraged to attend a site visit on April 18, 2025, to better understand the project requirements. For further inquiries, potential bidders can contact Noah Emerson at noah.emerson.1@us.af.mil or William Waters at william.waters.7@us.af.mil.
Maintenance and Repair Commercial Kitchen Equipment IDIQ
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the maintenance and repair of commercial kitchen equipment at Camp Ripley, Minnesota. The contract aims to ensure the operational reliability of kitchen equipment used in the Central Dining Facility and troop issue billeting areas, with responsibilities including routine maintenance, necessary repairs, and detailed reporting on equipment conditions. This procurement is critical for maintaining essential food service operations within military facilities, ensuring compliance with federal regulations and safety standards. Interested contractors should direct inquiries to Mr. Eric A. Ahlgren at eric.a.ahlgren.civ@army.mil or call 320-616-2775, with proposals due by the specified deadline.
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 construction of the Beale Aircrew Readiness Facility at Beale Air Force Base in California. This project involves the construction of a 4,596 square foot addition to an existing facility, which will include restrooms, crew quarters, and service rooms, as well as renovations to approximately 1,961 square feet of the current structure to enhance functionality for aircrew operations. The initiative is crucial for improving military infrastructure and ensuring operational readiness, with a contract duration expected to be 443 days from the Notice to Proceed. Interested small businesses must register in the System for Award Management (SAM) and submit proposals via the PIEE Solicitation Module, with a site visit scheduled for March 26, 2025, and inquiries directed to Adam Brooks at adam.m.brooks@usace.army.mil.
SAFB_WALK-IN COOLER_FREEZER MAINT
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide maintenance services for walk-in coolers and freezers at the Dining Facility on Scott Air Force Base, Illinois. The procurement involves both preventative maintenance (PM) and corrective maintenance (CM) for six refrigeration units, with PM scheduled quarterly and compliance with environmental regulations emphasized. This maintenance is crucial for ensuring the operational integrity and safety of the facility's refrigeration systems. Interested contractors must submit their quotes by April 24, 2025, and are encouraged to attend a site visit on April 17, 2025, with further inquiries directed to Erica Bratton at ERICA.BRATTON@US.AF.MIL or Brandon Katka at brandon.katka@us.af.mil.
PKA-Vehicle Barrier Maintenance Amendment 0001
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Vehicle Barrier Maintenance and Repair services at Travis Air Force Base, California. The contract aims to ensure the efficient operation of vehicle barrier systems through regular inspections, preventive maintenance, and prompt repairs, with a focus on compliance with federal and military standards. This opportunity is set aside for small businesses under NAICS code 561621, with a site visit scheduled for April 10, 2025, and quotes due by April 17, 2025, at 12:00 PM PDT. Interested vendors should contact Johnathan Daniels at johnathan.daniels.1@us.af.mil or Stephen Platt at stephen.platt.2@us.af.mil for further details.
Kirtland Air Force Base (KAFB) Base Supply
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for base supply services at Kirtland Air Force Base (KAFB) in New Mexico. The contractor will be responsible for providing comprehensive supply chain management services, including inventory tracking, order management, and equipment accountability, as outlined in the Performance Work Statement (PWS). This procurement is critical for maintaining operational efficiency at KAFB and supporting off-site locations throughout the state. Interested offerors must submit their proposals by 3:00 p.m. MDT on April 18, 2025, and are encouraged to direct any questions to the primary contact, Winter Silva, at winter.silva.1@us.af.mil, or the secondary contact, Julianne Indelicato, at julianne.indelicato.1@us.af.mil. The contract is anticipated to be a firm-fixed price arrangement for one base year with four additional option years, contingent upon available funding.
Fire Bottle Service BPA
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide fire bottle inspection, maintenance, and repair services at Hurlburt Field, Florida, under a Blanket Purchase Agreement (BPA). The contractor will be responsible for ensuring compliance with safety standards and manufacturer specifications for various fire extinguishers, as detailed in the attached Statement of Work (SOW). This procurement is critical for maintaining fire safety equipment essential for military operations, and the total dollar limit for the BPA is set at $250,000, with a maximum call limit of $25,000. Interested parties must submit their proposals by April 21, 2025, and are encouraged to contact Gery Reyes Ramos or Abigail Turek for further information.
KITCHEN ATTENDANT SERVICES
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for Kitchen Attendant Services at the 167th Airlift Wing in Martinsburg, West Virginia. The procurement aims to secure reliable kitchen services, including cleaning and maintaining the dining facility, managing dishwashing operations, and ensuring sanitary conditions during monthly Unit Training Assemblies (UTA) from August 1, 2025, to July 31, 2030, with five option years available. This contract is designated as a Total Small Business Set-Aside under NAICS code 722310, emphasizing compliance with health and safety standards for military personnel. Interested bidders must submit their quotations via email to Christopher P. Broschart and Owen Martz by June 20, 2025, at 4:00 PM (EST), with the evaluation based solely on price.
Hobart Model FT1000SE+Base or Equal Dishwasher with Installation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of a Hobart Model FT1000SE+Base or an equivalent flight-style dishwasher, including installation services, at Fort Cavazos, Texas. The requirements include a dishwasher with specific features such as a minimum of 3.5 H.P. pump motors, a conveyor belt width of at least 30 inches, and a three-phase, 480-volt electrical connection, among others, to ensure efficient operation in military dining facilities. This procurement is crucial for maintaining effective food service operations for military personnel, and interested parties are encouraged to express their interest and provide estimated costs. For further inquiries, potential vendors can contact Noah Emerson at noah.emerson.1@us.af.mil or William Waters at william.waters.7@us.af.mil, with the opportunity being set aside for small businesses under FAR 19.5.