Kitchen Equipment Maintenance & Repair
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
Pot & Pan Washer & Installation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement and installation of a Pot & Pan Washer at Joint Base San Antonio (JBSA) in Fort Cavazos, Texas. The project includes the installation of a washer that meets specific technical requirements, including a minimum 14-gauge 304 stainless steel construction, a 5 HP motor, and the capability to process at least 25 racks or 150 sheet pans per hour, among other features outlined in the Statement of Work (SOW). This procurement is crucial for maintaining efficient food service operations at the base and is designated as a Total Small Business Set-Aside under NAICS code 335220, encouraging small businesses to participate. Interested contractors must submit their quotes by May 8, 2025, and can direct inquiries to Noah Emerson or William Waters via the provided contact information.
30 FSS - Gym Equipment Maintenance Service
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide gym equipment maintenance services at Vandenberg Space Force Base in California. The procurement, identified as Request for Quote Number FA461025Q0028, requires contractors to perform preventive maintenance on various aerobic and strength training equipment, ensuring compliance with safety and operational standards as outlined in the Performance Work Statement. This maintenance service is crucial for supporting the fitness needs of military personnel, with the contract set to span from July 2025 to June 2030, including options for extension. Interested small businesses must submit their quotes by May 2, 2025, and are encouraged to attend a site visit on April 22, 2025, with all inquiries directed to the designated contacts, Kristofer Clark and Greg Caresio, via email.
PKA- B381 Elevator Repair
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of three elevators at Travis Air Force Base in California under solicitation number FA442725R0011. The contractor will be responsible for providing all necessary design, labor, materials, and supervision to ensure compliance with safety and environmental standards, including the abatement of hazardous materials and adherence to relevant building codes. This project is critical for maintaining operational efficiency and safety at the base, with a firm-fixed-price contract structure that emphasizes compliance with federal acquisition regulations. Interested contractors must submit their bids by May 16, 2025, at 2:30 PM local time, and can direct inquiries to the primary contact, Johnathan Daniels, at johnathan.daniels.1@us.af.mil or by phone at 707-424-7726.
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. The project involves a 4,596 square foot addition to the existing facility, including 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. This initiative is crucial for improving military infrastructure and operational readiness, ensuring compliance with Department of Defense standards for safety and design. Interested small businesses must submit proposals by April 29, 2025, and can direct inquiries to Adam Brooks at adam.m.brooks@usace.army.mil or Laura Phillips-Payne at laura.phillips-payne@usace.army.mil.
Preventive Maintenance (PM) and Repair of Food Service Equipment (FSE)
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a Sources Sought opportunity focused on the preventive maintenance and repair of Food Service Equipment (FSE) at U.S. Army Garrison locations in Germany. The contract, categorized as a hybrid Indefinite Delivery Indefinite Quantity (IDIQ), requires the contractor to perform preventive maintenance, German Law Inspections (GLI), and on-call repairs, ensuring compliance with U.S. and German regulations while maintaining service standards and proper documentation. This initiative is crucial for supporting Army missions and ensuring operational readiness and service reliability in military environments. Interested parties must submit their responses, including feedback on the Draft Performance Work Statement (PWS) and company information, by May 12, 2025, with inquiries directed to Kim Conway at kimberly.m.conway.civ@army.mil or Edwin Roldan at edwin.roldan1.civ@army.mil.
489 BG Catering
Buyer not available
The Department of Defense, through the 7th Contracting Squadron at Dyess Air Force Base, Texas, is seeking quotes from small business contractors to provide catering services for the 489th Bomb Group. The procurement requires the contractor to deliver meals (breakfast, lunch, and dinner) for 148 personnel on specified dates, ensuring compliance with health regulations and USDA guidelines, while maintaining high standards of quality and service. This opportunity is significant as it supports military operations by ensuring that personnel receive timely and nutritious meals, which are essential for maintaining operational readiness. Interested contractors must submit their quotes via email by April 30, 2025, at 4:00 p.m. CST, and can contact A1C Way Spikes at way.spikes@us.af.mil or TSgt Trevor Finch at trevor.finch.1@us.af.mil for further information.
Repair B2180 Chiller
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to repair the chiller system at Building 2180, Beale Air Force Base, California. The project involves removing an existing 20-ton water-cooled chiller and installing a new 20-ton air-cooled chiller, including the disposal of outdated equipment and integration with the existing Siemens Building Management System. This opportunity is crucial for maintaining operational efficiency at the base, with an estimated contract value between $100,000 and $250,000. Interested firms must submit a written notice of intent to respond, along with relevant project experience and company details, to the provided email address by the specified deadline.
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.
PKA-Vehicle Barrier Maintenance Amendment 0002
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 in California. The contract aims to ensure the operational efficiency of 27 vehicle barriers, including crash gates and bollards, through preventive maintenance, routine service calls, and emergency response, with a base year and four one-year options available. This procurement is crucial for maintaining security and functionality at the base's access points, reflecting the government's commitment to national security and operational readiness. Interested small businesses must submit their proposals by May 2, 2025, and can contact Johnathan Daniels at johnathan.daniels.1@us.af.mil or Stephen Platt at stephen.platt.2@us.af.mil for further information.
Kitchen Equipment and Install
Buyer not available
The Department of Defense, specifically the Army National Guard, is seeking proposals from qualified small businesses for the procurement and installation of kitchen equipment at the New North Dining Facility located at Camp Ripley, Minnesota. The project requires the delivery, uncrating, and installation of various commercial-grade kitchen items, including food warmers, preparation tables, mixers, and shelving units, all of which must comply with specific manufacturer specifications and industry certifications. This procurement is critical for ensuring operational readiness and functionality at the dining facility, with a targeted delivery and installation date set for July 1, 2025. Interested vendors must submit their quotes to Eric A. Ahlgren via email by the specified deadline, and ensure they are registered in the System for Award Management (SAM) prior to submission.