Georgia Bids > Bid Detail

Snack Vending Machines

Agency:
Level of Government: Federal
Category:
  • 35 - Service & Trade Equipment
Opps ID: NBD00159989806618242
Posted Date: Dec 22, 2023
Due Date: Jan 8, 2024
Source: https://sam.gov/opp/7360739dde...
Follow
Snack Vending Machines
Active
Contract Opportunity
Notice ID
SF1449_Synopsis_Solicitation_FA8501-24-Q-0005_RAFB_Vending_Machines
Related Notice
Robins_AFB_Snack_Vending_Machines_SS_A033922
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE SUSTAINMENT CENTER
Office
FA8501 OPL CONTRACTING AFSC/PZIO
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 22, 2023 09:13 am EST
  • Original Date Offers Due: Jan 08, 2024 05:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3550 - VENDING AND COIN OPERATED MACHINES
  • NAICS Code:
    • 333310 - Commercial and Service Industry Machinery Manufacturing
  • Place of Performance:
    Warner Robins , GA 31098
    USA
Description

This procurement will be conducted as a Total Small Business Set-Aside.



This is a solicitation for supplies 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.



This is a competitive Request for Quote (RFQ) and the solicitation number for this requirement is FA8501-24-Q-0005. Robins AFB Base Restaurant requires the contractor to provide for all labor, management, supervision, installation, supplies, equipment, transportation, reports, and delivery necessary to provide for twenty-four (24) non-chilled snack vending machines as detailed in the attached Statement of work (SOW). Each vending machine will have a card reader installed and will not accept cash or coins. Salient characteristics for snack vending machines are as follows:




  • Nineteen (19), four (4) row-wide vending machines with dimensions of 72"H x 35"W x 36"D, with programmable display.

  • Five (5), five (5) row-wide vending machines with dimensions of 72"H x 39"W x 36"D, with programmable display.

  • Twenty-four (24) credit card readers with cellular service; one (1) attached to each vending machine prior to delivery.



JP Morgan/Chase Bank is the sole credit processor for all NAF credit transactions per AFMAN 34-209 exclusivity clause; the Awardee will not collect transaction fees from credit card sales. JP Morgan/Chase Bank requires credit processors to utilize a secure gateway integration that is both approved and compatible with Chase Paymentech. Card readers shall interface with Chase Paymentech gateway.



Awardee shall possess and provide documented proof of an active agreement/approval of certified gateway integration from JP Morgan/Chase Bank within one (1) week of award; documentation will be emailed to the Points of Contact identified in this solicitation. The Awardee shall also provide a means of checking credit card/vending machines status to ensure connectivity and daily sales of each vending machine. Review attached Statement of Work (SOW) for additional details.





The North American Industry Classification System Code (NAICS) is 333310, Commercial and Service Industry Machinery Manufacturing with a size standard of 1000 Employees. A firm fixed price (FFP) contract will be awarded. There will be no advance payments. The Offeror agrees to hold prices in its offer firm for 60 days from the date specified for receipt offers. The quote must contain sufficient Price and Technical information for evaluation.



Evaluation Criteria. Offerors will be evaluated by the following:




  • Technical acceptability:

    • Possessing and producing documented proof of an active agreement/approval of certified gateway integration from JP Morgan/Chase Bank

    • Providing 24 vending machines and card readers to match the salient characteristics and requirements as detailed in the SOW



  • Price

    • Lowest Priced Technically Acceptable (LPTA)







Award will be made to the responsible offeror that represents the lowest price technically acceptable considering price, technical acceptability and responsibility, whose quote conforms to all solicitation requirements such as delivery schedule, term and conditions, representations and certifications, and technical requirements.



Offerors must be registered in SAM.GOV database prior to submission of an offer to be considered for award. This may be accomplished electronically at http://www.SAM.gov.



The Government is not responsible for any costs incurred or associated with preparation and submission of an offer in response to this solicitation. NO OFFERS WILL BE COMPENSATED FOR SUBMITTING AN OFFER.



Delivery. The delivery for this requirement is No Later Than sixty (60) days from Receipt of Order. FOB is destination. Early delivery is acceptable.





Questions regarding this solicitation shall be submitted via email to the Point of Contact identified in this solicitation. Do not include any proprietary information in your question, because the Government may post the question and response to all potential Offerors under the solicitation on http://www.SAM.gov. All solicitation questions must be submitted no later than 5:00 PM ET, 2 January 2024. The Government is under no obligation to respond to questions received after 5:00 ET 2 January 2024 but may provide a response at its discretion.





To be considered for award contractor must have a current Supplier Performance Risk System (SPRS) assessment (i.e., not more than 3 years old) IAW DFARS 252.304-7019(b). Contractors can register at: https://www.sprs.csd.disa.mil/





In accordance with FAR 13.003(f), electronic commerce method to receive proposals, modifications and submissions are listed within this posting. All quotes shall be submitted via email in the format of MSOffice compatible, adobe pdf, or equivalent document formats to the Points of Contact (POC) listed below no later than 5:00 PM ET on 8 January 2024.





Synopsis/Solicitation Point(s) of Contact:




  • Contracting Officer, Cody Hammock: cody.hammock@us.af.mil

  • Contract Specialist, Adriana Lytle: adriana.lytle@us.af.mil




Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 478 222 4098 375 PERRY ST BLDG 255
  • ROBINS AFB , GA 31098-1672
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >