PAG H21 Kitchen Equipment
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force, 316th Contracting Squadron, intends to award a sole source, firm-fixed price contract to The Electric Motor Repair Co. for PAG H21 Kitchen Equipment at Andrews Air Force Base, MD. This special notice is an intent to award, not a request for competitive proposals, based on the authority of FAR 6.103-1 (Only one responsible source). Interested parties must submit clear and convincing evidence of their capability to fulfill the requirements by April 27, 2026, 4:30 p.m. EDT, to challenge this sole source determination.
Scope of Work
This procurement is for specialized commercial kitchen equipment, specifically Jade Range (Middleby) HD series appliances, for a hangar environment. The key requirement is for integrated automatic safety valves and spark igniters to mitigate risks from strong winds. The required equipment includes:
- (2) 36" Jade HD Range Charbroilers (Model No. JTRH-36B)
- (1) 36" Jade HD Range with 6 Open Burners (Model No. JTRH-6)
- (1) 48" Jade Range Thermostatic Griddle (Model No. JTRH-48GT) All appliances must feature flame failure shut-off and spark ignitions, which are not standard on most commercial-grade appliances.
Contract Details
- Type: Firm-Fixed Price (Sole Source Intent)
- Agency: Department of the Air Force, 316th Contracting Squadron
- NAICS Code: 333241 (Commercial Laundry, Drycleaning, and Pressing Machine Manufacturing)
- Size Standard: 500 employees
- Set-Aside: Although the metadata indicates a Total Small Business Set-Aside, this is an intent to award a sole source contract due to unique safety requirements that only one identified source can meet. Market research for future procurements will assess small business capabilities.
- Place of Performance: Andrews Air Force Base, MD 20762
Response Requirements
This is not a solicitation for offers. Any firm believing they can meet the unique requirements and demonstrate that competition would be advantageous to the Government must submit a capability statement by April 27, 2026, 4:30 p.m. EDT. Contractors must be actively registered in the System for Award Management (SAM) at sam.gov.
Contact Information
- Primary: Jamahl Tyson (Jamahl.Tyson@us.af.mil)
- Secondary: Byron Howard (byron.howard.1@us.af.mil)