SOLICITATION NOTICE
73 -- Sandwich Prep Tables
- Notice Date
- 10/6/2025 8:48:31 AM
- Notice Type
- Solicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- DEFENSE COMMISSARY AGENCY FORT LEE VA 23801# USA
- ZIP Code
- 23801#
- Solicitation Number
- HQC004-25-Q-E013
- Response Due
- 10/15/2025 1:00:00 PM
- Archive Date
- 10/30/2025
- Point of Contact
- Tammy Torres, Langston Hines
- E-Mail Address
-
tammy.torres@deca.mil, langston.hines@deca.mil
(tammy.torres@deca.mil, langston.hines@deca.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION [FAR 5.207(a)(16) Description] Page 1 of 3 (i)This is a combined synopsis/solicitation for commercial items prepared in accordance withthe format in FAR Subpart 12.6, as supplemented with additional information included in thisnotice. This announcement constitutes the only solicitation; offers are being requested, and a written solicitation will not be issued. (ii)Solicitation Number HQC004-25-Q-E013 This solicitation is issued as an Request for Quotes (RFQ) (iii)This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05 dated 08/07/2025. (iv)Set-Aside and NAICS Code: �This solicitation is Small Business Set-Aside �The applicable NAICS Code is 333415 �The small business size standard is 1,250 employees (v)The Government anticipates awarding a Firm-Fixed Price (FFP) contract for the commercial products and estimated quantities listed in the Contract Line-Item Numbers (CLINs). See Attachment 1. (vi)Description of Requirements:This solicitation is for Sandwich Prep Tables. Sandwich Prep Tables are essential in commercial kitchens. This requirement is necessary to provide a refrigerated and organized workspace for efficiently assembling sandwiches, salads, wraps, and other similar items. For details, see Attachment 2. (vii)Delivery: All deliveries will be required no later than 60 days from the receipt of the delivery order. Place of Delivery: Contiguous United States (CONUS), Outside of the Contiguous United States(Alaska, Hawaii and Puerto Rico, OCONUS) and Far East and Europe (including Guam, S. Korea and Japan). See Attachment 3. The anticipated period of performance is from November 1, 2025 to October 31, 2030. (viii)The provision at 52.212-1 Instructions to Offerors-Commercial Products and CommercialServices, applies to this acquisition. See addenda to the provision provided in Attachment 4. (ix)Evaluation will be based on Technical Capability, Past Performance and Price. Evaluationwill be in accordance with FAR part 13 Simplified Acquisition Procedures (x)The provision at 52.212-3, Offeror Representations and Certifications - Commercial Products and Commercial Services, with Alternate I applies to this acquisition. See attached clause (Attachment 5). (xi)The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. (xii)The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. See Attachment 7 for applicable clauses stated within. (xiii)Additional Contract Requirements The following additional contract requirement(s) or terms and conditions apply to this acquisition: �See Attachment 8 Provisions and Clauses Incorporated by Reference �See Attachment 9 Provisions and Clauses Incorporated in Full Text (xiv)Reserved. (xv)Submit signed and dated offers to Tammy.torres@deca.mil or Langston.hines@deca.mil on or before: �Date Offers Are Due: October 15, 2025 �Time Offers Are Due: 4:00 PM EST (xvi) Questions must be submitted no later than October 8, 2025 to Tammy Torres at tammy.torres@gmail.com or 804-734-8000 ext 48589 The following attachments as referenced are provided as part of this solicitation: Attachment 1 � CLIN Structure and Price Submission Document Attachment 2 � Commissary Equipment Description (CED) Attachment 3 � Delivery Address, FOB Point and Acceptance Locations Attachment 4 � Addendum to FAR clause 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services Attachment 5 � FAR clause 52.212-3 Offeror Representations and Certifications - Commercial Products and Commercial Services, with Alternate I Attachment 6 � Reserved Attachment 7 � FAR clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services Attachment 8 � Provisions and Clauses Incorporated by Reference Attachment 9 � Provisions and Clauses Incorporated in Full Text A list of questions and answers are provided as an attachment.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/cb2271ee089448f28fabf9bfb91f9d71/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07612948-F 20251008/251006230037 (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 |