Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2025 SAM #8693
SOLICITATION NOTICE

73 -- Cold Food Station (Salad Bar). Qty. 4

Notice Date
9/12/2025 6:51:07 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333241 — Food Product Machinery Manufacturing
 
Contracting Office
W7N1 USPFO ACTIVITY TN ARNG NASHVILLE TN 37204-1502 USA
 
ZIP Code
37204-1502
 
Solicitation Number
W912L7251800
 
Response Due
9/16/2025 8:00:00 AM
 
Archive Date
10/01/2025
 
Point of Contact
John Patrone, Phone: (615) 313-0565
 
E-Mail Address
john.t.patrone.civ@army.mil
(john.t.patrone.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
? Requirement Summary The VTS Dining Facility is replacing four Galley model 9650/5053-05 salad bar units, which are no longer serviceable and do not meet current standards for food safety or operational efficiency. These units will be replaced with modern refrigerated salad bar systems capable of maintaining safe cold-holding temperatures between 33-40�F in compliance with NSF/ANSI 7. Each unit must be approximately 72"" in length, capable of holding at least five full-size pans, and accessible from both sides to support simultaneous self-service. Operationally, the salad bars are critical to providing Soldiers with fresh fruits, vegetables, and salad components in compliance with AR 40-25 nutrition standards and the FDA Food Code. Dual tray rails and mandatory sneeze guards ensure safe, efficient service for a large group of diners. Lockable casters are required to allow mobility during deep cleaning, while durable stainless-steel construction and integrated condensate management ensure long-term reliability under daily DFAC use. The Tennessee Army National Guard (TNARNG) Purchasing and Contracting office for United States Property and Fiscal Office (USPFO) TN located at 3041 Sidco Drive, Nashville TN 37204 is issuing a Request for Quote (RFQ) for a commercial, single award contract. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. The North American Industry Classification System (NAICS) code for this requirement is NAICS 333241 - Food Product Machinery Manufacturing with a size standard in number of employees of 500. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-05 with an effective date 08/07/2025. This solicitation is set-aside in totality to Small Business Entities IAW FAR 19.502. The Government intends to award a Firm Fixed Price contract. Shipping Information: ARNG-Tennessee TNARNG G3 VTS-Command ATTN: SFC Amanda Bailey 325 Weakley Ln, Bldg 106 Smyrna, TN 37167 Note: The Government cannot accept deliveries on Mondays. ? Instructions The provision at FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services applies to this acquisition and is included in full text within this combined synopsis/solicitation. Requirement: Supply Shipping and Delivery: FOB Destination � Smyrna, TN Delivery Date: ARO 30 calendar days or less from date of award preferred. Questions: Questions due no later than 15 September 2025 at 11:00 AM EST. Quotes: Due no later than 16 September 2025 at 11:00 AM EST. POC: SSG John T. Patrone, john.t.patrone.civ@army.mil, (615) 355-0565 POTENTIAL OFFERORS MUST INCLUDE THE SOLICITATION ID, W912L725Q1800, IN THE SUBJECT LINE OF ALL ELECTRONIC COMMUNICATIONS. When submitting a quote, the vendor must include: A completed copy, or a screen shot of completed Reps and Certs from SAM.gov, of the provision at 52.212-3, Offeror Representations and Certifications -Commercial Products and Commercial Services must be included Unique Entity Identifier (UEI) CAGE Code Number Delivery date confirmation Descriptive literature clearly addressing all required salient characteristics (brand name, part/model number, specifications, warranty, item photos, etc.) Point of Contact Information Disclosure Statement: Offeror must indicate whether all items offered are included in their Federal Supply Schedule. If any item is not on the schedule, the offeror must clearly identify it as open market. ? Pricing Schedule Please refer to Solicitation attachment for the mandatory CLIN strucyture that applies to this solicitation. Notes to Offerors Each CLIN must be priced individually. If not offered, enter ""N/B"" (No Bid). Prices shall be FOB Destination � Smyrna, TN. Delivery preferred by 15 January 2026. ? Salient Characteristics Cooling Capacity: Must maintain safe cold-holding temperatures of 33�40�F for foods, in compliance with NSF/ANSI 7. Size & Serving Configuration Approximately 72"" (6 ft) in length, capable of holding at least five (5) full-size pans or equivalent fractional pans. Unit must be accessible from both sides. Mobility & Height: Mounted on lockable casters and designed at ergonomic serving height for average users. Sneeze Guard & Tray Rails: A sneeze guard is mandatory. If not factory-integrated, the offeror must provide a compatible sneeze guard with the quote. Tray rails shall also be included. Power & Installation: Must operate on a standard, single-phase outlet. Refrigeration System: must include a bottom-mounted compressor (not visible from rear/side) for ease of service and stability. Construction & Materials: constructed of durable, easy to clean materials (stainless steel preferred) and listed by NSF and ETL (or equivalent). Drainage & Condensate Management: Must provide drainage or condensate management system suitable for frequent service use. ? Evaluation Factors The provision at FAR 52.212-2 Evaluation-Commercial Products and Commercial Services applies to this acquisition and is included in full text within this combined synopsis/solicitation. 52.212-2 Evaluation�Commercial Products and Commercial Services (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical � To be considered for award process, vendor must submit offer on time. The following sub-factors are considered in this buy: (1) the descriptive literature required by the solicitation must clearly indicate the offered unit meets or exceeds all minimum salient characteristic requirements. (2) Vendor must clearly identify the item by: Brand Name, if any; and Part number or model number; country or place of manufacture; include descriptive literature or a clear reference to furnished descriptive data or other pertinent information available to the Contracting Officer. Include also pictures for reference. (3) Must be active in SAM; (4) delivery schedule; (5) warranty information (reference 52.246-17 included below). (ii) Price- All charges must be inclusive including shipping freight if any. (iii) Past Performance. Within 3 years Past performances. The Government will use FAPIIS/CPARS for Past Performance evaluation(s). No Past Performance will be judged as neutral. Technical and past performance, when combined, is more important than cost or price. (b) Options. (Not Applicable) The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. *** NOTE ***: Please see attached solicitation document in order to view the solicitation in its entirety to include all applicable clauses and provisions. (End of provision) ? Applicable Clauses and Provisions FAC Number: 2025-05 Effective Date: 08/07/2025 Please refer to Solicitation attachment for full list of clauses and provisions that apply to this solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/994ff71b7afc49ee820d8edce535942a/view)
 
Place of Performance
Address: Smyrna, TN 37167, USA
Zip Code: 37167
Country: USA
 
Record
SN07589490-F 20250914/250912230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.