Triple B Corp awarded $250K contract for special dietary foods in Alaska

Contract Overview

Contract Amount: $250,000 ($250.0K)

Contractor: Triple B Corp

Awarding Agency: Department of the Interior

Start Date: 2026-04-07

End Date: 2027-04-30

Contract Duration: 388 days

Daily Burn Rate: $644/day

Competition Type: COMPETED UNDER SAP

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: SPECIAL DIETARY FOODS: AFS, GALENA & W

Place of Performance

Location: FORT WAINWRIGHT, FAIRBANKS NORTH STAR County, ALASKA, 99703

State: Alaska Government Spending

Plain-Language Summary

Department of the Interior obligated $250,000 to TRIPLE B CORP for work described as: SPECIAL DIETARY FOODS: AFS, GALENA & W Key points: 1. Contract awarded to Triple B Corp for specialized food services. 2. The contract duration is 388 days, ending April 30, 2027. 3. Services are for special dietary foods, indicating a niche requirement. 4. The contract was competed under Simplified Acquisition Procedures (SAP). 5. The award is a Blanket Purchase Agreement (BPA) Call. 6. The contract is firm-fixed-price, providing cost certainty. 7. The geographic scope is limited to Alaska (AK).

Value Assessment

Rating: fair

The contract value of $250,000 for approximately 13 months of service appears reasonable for specialized dietary food preparation and delivery in a remote location like Alaska. Without specific per-unit cost data or benchmarks for similar specialized dietary food contracts in the region, a precise value-for-money assessment is challenging. However, the firm-fixed-price structure suggests a degree of cost control and predictability for the government.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

This contract was competed under Simplified Acquisition Procedures (SAP), which typically involves a limited number of bidders compared to full and open competition. While the specific number of bidders is not provided, SAP is designed for smaller procurements where competition is still sought but streamlined. The limited competition may result in less aggressive pricing than a broader competition.

Taxpayer Impact: Limited competition under SAP means taxpayers may not benefit from the most aggressive pricing achievable through a wider bidding process.

Public Impact

Beneficiaries include individuals requiring special dietary foods, likely within federal facilities or programs in Alaska. Services delivered involve the manufacturing and provision of perishable prepared food. The geographic impact is concentrated in Alaska (AK), serving the state's unique logistical challenges. Workforce implications may include local employment opportunities for food preparation and logistics within Alaska.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Limited competition may lead to higher costs for taxpayers.
  • Perishable nature of the product requires robust supply chain management and risk of spoilage.
  • Geographic remoteness of Alaska presents logistical challenges and potential for increased costs.

Positive Signals

  • Firm-fixed-price contract provides cost certainty.
  • Contract awarded to Triple B Corp, suggesting established capability.
  • Specialized nature of the food addresses specific dietary needs.

Sector Analysis

The market for specialized food services, particularly those catering to specific dietary needs, is a niche within the broader food manufacturing and services sector. Federal agencies often require such services for healthcare facilities, correctional institutions, or remote operational sites. The contract value is relatively small, indicating a localized or specific requirement rather than a large-scale program. Benchmarking against similar contracts is difficult without more specific details on the dietary requirements and service scope.

Small Business Impact

The provided data indicates that small business participation was not a specific set-aside for this contract (ss: false, sb: false). Therefore, the direct impact on small business set-asides is minimal. However, Triple B Corp itself could be a small business, or they may engage small businesses as subcontractors, though this is not specified. The contract's value falls within the simplified acquisition threshold, where small business participation is encouraged but not always mandated through set-asides.

Oversight & Accountability

Oversight for this contract would primarily fall under the Bureau of Land Management (BLM), a division of the Department of the Interior. As a BPA Call, the terms and conditions are governed by the underlying BPA. Accountability measures are enforced through contract performance monitoring, delivery schedules, and quality control of the perishable food items. Transparency is facilitated by the federal procurement data system, where contract awards are reported.

Related Government Programs

  • Food Services Contracts
  • Specialty Food Procurement
  • Government Food Supply
  • Perishable Goods Contracts
  • Alaska Federal Contracts

Risk Flags

  • Logistical challenges in Alaska
  • Perishability of goods
  • Limited competition risks

Tags

food-services, special-dietary-foods, department-of-the-interior, bureau-of-land-management, alaska, competed-under-sap, bpa-call, firm-fixed-price, perishable-prepared-food-manufacturing, small-value-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $250,000 to TRIPLE B CORP. SPECIAL DIETARY FOODS: AFS, GALENA & W

Who is the contractor on this award?

The obligated recipient is TRIPLE B CORP.

Which agency awarded this contract?

Awarding agency: Department of the Interior (Bureau of Land Management).

What is the total obligated amount?

The obligated amount is $250,000.

What is the period of performance?

Start: 2026-04-07. End: 2027-04-30.

What is the specific nature of the 'special dietary foods' required under this contract?

The term 'special dietary foods' is broad and can encompass a range of requirements, such as foods for individuals with allergies (e.g., gluten-free, dairy-free), medical conditions (e.g., low-sodium, diabetic-friendly), or specific religious/cultural needs. Without further clarification from the contract documentation or the agency, it is difficult to pinpoint the exact dietary restrictions being addressed. This specificity is crucial for understanding the complexity of the food preparation, sourcing of ingredients, and quality control measures necessary. The 'Perishable Prepared Food Manufacturing' (ND) classification suggests that these are ready-to-eat or near-ready-to-eat meals requiring careful handling and timely delivery.

How does the $250,000 contract value compare to similar special dietary food contracts awarded by the Department of the Interior or other agencies?

Comparing this $250,000 contract value requires access to a broader dataset of federal procurements for specialized dietary foods, ideally within similar geographic regions or for comparable end-users (e.g., remote facilities, specific populations). Contracts for general food services can range widely, but specialized dietary needs often command a premium due to ingredient sourcing, preparation complexity, and stringent quality control. Given the limited competition indicated by the SAP award method, it's plausible that this value is within a reasonable range for a niche requirement in Alaska. However, without direct comparable data points, a definitive benchmark is not possible. Further analysis would involve searching for contracts with similar PSC codes or product service descriptions.

What are the primary risks associated with fulfilling a perishable food contract in Alaska?

Fulfilling a perishable food contract in Alaska presents several significant risks. Firstly, the extreme climate and vast distances can lead to logistical challenges, including transportation delays, increased shipping costs, and potential spoilage during transit. Secondly, the limited infrastructure in remote areas may restrict access to necessary supplies or specialized transportation. Thirdly, ensuring consistent quality and safety standards for perishable goods in such an environment requires robust supply chain management and contingency planning for unforeseen events like weather disruptions or equipment failures. The firm-fixed-price nature of the contract means the contractor bears the brunt of these increased costs and risks, potentially impacting their profitability or ability to consistently meet demand.

What is Triple B Corp's track record with federal contracts, particularly in food services?

Information regarding Triple B Corp's specific track record with federal contracts, especially in food services, is not detailed in the provided data snippet. To assess their reliability and past performance, one would need to consult federal procurement databases (like SAM.gov or FPDS) for their contract history. Key factors to examine would include the types of contracts they have held, their performance ratings (if available), any past performance issues or disputes, and their experience with perishable goods or specialized dietary requirements. A positive track record with similar contracts would increase confidence in their ability to successfully execute this current award.

How does the BPA Call mechanism affect the overall procurement process and potential for future needs?

A Blanket Purchase Agreement (BPA) Call is a task order issued against an existing BPA. BPAs are established agreements between a government agency and one or more vendors to streamline future purchases of specific supplies or services. A BPA Call essentially triggers a specific order under that pre-negotiated agreement. This mechanism simplifies the procurement process for recurring needs, reduces administrative burden, and can offer pre-negotiated pricing. For the government, it ensures a readily available source for specific goods like special dietary foods. For the vendor, it provides a predictable stream of work. The effectiveness of a BPA Call depends on the quality of the underlying BPA, including its pricing, terms, and the vendor's performance.

Industry Classification

NAICS: ManufacturingOther Food ManufacturingPerishable Prepared Food Manufacturing

Product/Service Code: SUBSISTENCE

Competition & Pricing

Extent Competed: COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Solicitation ID: 140L0226Q0004

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Triple \"B\" Corporation

Address: 4103 2ND AVE S, SEATTLE, WA, 98134

Business Categories: Category Business, Corporate Entity Tax Exempt, Not Designated a Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $250,000

Exercised Options: $250,000

Current Obligation: $250,000

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 140L0226A0006

IDV Type: BPA

Timeline

Start Date: 2026-04-07

Current End Date: 2027-04-30

Potential End Date: 2031-04-30 00:00:00

Last Modified: 2026-04-07

More Contracts from Triple B Corp

View all Triple B Corp federal contracts →

Other Department of the Interior Contracts

View all Department of the Interior contracts →

Explore Related Government Spending