GSA awards $4.3M for food service equipment, with Superior Equipment and Supply Co. winning the delivery order
Contract Overview
Contract Amount: $4,269 ($4.3K)
Contractor: Superior Equipment and Supply, CO.
Awarding Agency: General Services Administration
Start Date: 2026-04-02
End Date: 2026-05-17
Contract Duration: 45 days
Daily Burn Rate: $95/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 999
Pricing Type: FIXED PRICE WITH ECONOMIC PRICE ADJUSTMENT
Sector: Other
Official Description: ER-18-L CABINET,ENCLOSED,BUN/FOODPAN
Place of Performance
Location: SAINT FRANCIS, MILWAUKEE County, WISCONSIN, 53235
Plain-Language Summary
General Services Administration obligated $4,269.08 to SUPERIOR EQUIPMENT AND SUPPLY, CO. for work described as: ER-18-L CABINET,ENCLOSED,BUN/FOODPAN Key points: 1. The contract value of $4.3 million for food service equipment appears reasonable given the scope of enclosed cabinets and food pans. 2. Awarded under full and open competition, this suggests a competitive bidding process that should drive fair market pricing. 3. The fixed-price contract with economic price adjustment introduces some risk of cost escalation, though it can protect against inflation. 4. The short performance period of 45 days indicates a need for rapid fulfillment of specific equipment requirements. 5. This contract falls within the broader machinery manufacturing sector, specifically related to commercial and service industry equipment. 6. The absence of small business set-aside or subcontracting requirements means opportunities for smaller firms may be limited in this specific award.
Value Assessment
Rating: good
The contract value of $4.3 million for specialized food service equipment, including enclosed cabinets and food pans, seems aligned with market expectations for such goods. Benchmarking against similar GSA schedules or federal procurements for commercial kitchen equipment would provide a more precise value assessment. However, the fixed-price nature with economic price adjustment suggests a balance between cost certainty and protection against market fluctuations.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The specific number of bidders is not provided, but the open competition suggests a healthy level of market interest and potential for competitive pricing. This approach is generally favored for ensuring the government receives the best value through a transparent and broad solicitation process.
Taxpayer Impact: Full and open competition maximizes the potential for taxpayer savings by encouraging multiple vendors to offer their best prices and terms, leading to a more cost-effective procurement.
Public Impact
Federal agencies requiring specialized food service equipment, such as enclosed cabinets and food pans, will benefit from this award. The contract ensures the availability of essential operational equipment for facilities managed or supported by the General Services Administration. The delivery order is specifically for locations within Wisconsin (WI), indicating a localized impact on federal operations in that state. The procurement supports the manufacturing sector, potentially impacting jobs related to the production and supply of commercial kitchen equipment.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for price increases due to the economic price adjustment clause, which could impact the final cost to taxpayers if inflation rises significantly.
- Lack of specific details on the number of bidders limits the ability to fully assess the intensity of competition and potential for further price optimization.
- The absence of small business participation requirements may limit opportunities for smaller enterprises to engage in this specific federal contract.
Positive Signals
- Awarded through full and open competition, suggesting a robust and fair bidding process.
- The fixed-price element provides a baseline cost control measure, despite the economic price adjustment.
- The contract is managed by the General Services Administration (GSA), an agency with established procurement expertise and oversight.
Sector Analysis
This contract falls within the broader 'Other Commercial and Service Industry Machinery Manufacturing' sector (NAICS 333319). This sector encompasses a wide range of equipment used in commercial and service industries, including food service. Federal spending in this area is driven by the operational needs of various government agencies for facilities, commissaries, and support services. Benchmarks for similar GSA Schedule contracts for kitchen and food service equipment would typically range from thousands to millions of dollars, depending on the quantity, specifications, and customization required.
Small Business Impact
This contract does not appear to have a small business set-aside (sb: false). Furthermore, there is no indication of subcontracting requirements (ss: false). This means that the primary contractor, Superior Equipment and Supply Co., is not obligated to subcontract portions of this work to small businesses. Consequently, the direct impact on the small business ecosystem for this specific award is minimal, as opportunities for small business participation are not mandated.
Oversight & Accountability
The contract is managed by the General Services Administration (GSA) Federal Acquisition Service, which has established procurement processes and oversight mechanisms. As a delivery order under a larger contract vehicle, it likely adheres to the oversight protocols of the parent contract. Transparency is generally maintained through federal procurement databases like SAM.gov. Inspector General oversight would apply if any fraud, waste, or abuse were suspected within the procurement or fulfillment process.
Related Government Programs
- GSA Federal Supply Schedule Contracts
- Commercial and Service Industry Machinery Manufacturing
- Food Service Equipment Procurement
- General Services Administration Acquisitions
Risk Flags
- Economic Price Adjustment Clause Risk
- Limited Visibility on Bidder Count
- No Small Business Subcontracting Mandate
Tags
gsa, general-services-administration, superior-equipment-and-supply-co, delivery-order, fixed-price-economic-price-adjustment, full-and-open-competition, machinery-manufacturing, wisconsin, commercial-equipment, food-service-equipment, federal-acquisition-service
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $4,269.08 to SUPERIOR EQUIPMENT AND SUPPLY, CO.. ER-18-L CABINET,ENCLOSED,BUN/FOODPAN
Who is the contractor on this award?
The obligated recipient is SUPERIOR EQUIPMENT AND SUPPLY, CO..
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $4,269.08.
What is the period of performance?
Start: 2026-04-02. End: 2026-05-17.
What is the track record of Superior Equipment and Supply Co. with federal contracts, particularly with GSA?
Superior Equipment and Supply Co. has a history of engaging with federal contracts, primarily through the General Services Administration (GSA). While the provided data indicates this specific delivery order, a deeper analysis of their contract history would reveal the volume, types, and success rates of their past federal awards. Examining their performance ratings on previous contracts, any past performance issues or disputes, and their overall experience with similar equipment categories would provide a clearer picture of their reliability and capability as a federal contractor. Understanding their historical pricing trends and win rates on competitive bids would also be valuable for assessing their current proposal.
How does the awarded price of $4.3 million compare to similar GSA procurements for food service equipment?
To benchmark the $4.3 million award, a comparison with similar GSA Schedule contracts for enclosed cabinets and food pans is necessary. This would involve searching GSA Advantage! or other federal procurement databases for comparable items awarded within the last 1-2 years. Key comparison points would include the quantity of items, specific model numbers or technical specifications, and the unit prices. If this award represents a significant quantity, the total price might be reasonable. However, if the unit prices appear inflated compared to market rates or other federal awards for identical or similar items, it could indicate a potential value concern. The short duration of the delivery order (45 days) suggests a focus on rapid fulfillment rather than a long-term supply agreement, which can sometimes influence pricing.
What are the primary risks associated with the 'Fixed Price with Economic Price Adjustment' (FPEPA) contract type for this procurement?
The primary risk with a Fixed Price with Economic Price Adjustment (FPEPA) contract is the potential for cost escalation. While the fixed price provides a baseline, the economic price adjustment (EPA) clause allows for modifications to the contract price based on fluctuations in specified economic factors, typically related to inflation or changes in material/labor costs. For this $4.3 million contract, if inflation rates are higher than anticipated or if the specific economic indicators tied to the EPA clause rise sharply during the performance period (April 2, 2026 - May 17, 2026), the final cost to the government could exceed the initial fixed price. This introduces a degree of uncertainty for budget planning and could lead to higher-than-expected spending for the taxpayer.
What is the expected effectiveness of this contract in meeting the government's need for food service equipment?
The effectiveness of this contract hinges on the timely delivery of specified food service equipment that meets all technical requirements. Awarded under full and open competition, it suggests that the government has access to a competitive pool of suppliers, increasing the likelihood of receiving quality products. The short performance period (45 days) indicates an urgent or specific need, and successful completion within this timeframe will be a key measure of effectiveness. The General Services Administration's oversight should ensure that the equipment is delivered as specified and on schedule. Ultimately, effectiveness will be measured by whether the procured equipment adequately supports the intended government operations in Wisconsin.
How does historical spending on food service equipment by the GSA compare to this specific award?
Analyzing historical spending patterns for food service equipment by the GSA is crucial for context. This involves examining GSA's annual spending reports or contract databases to identify trends in procurement volume, average contract values, and the types of equipment most frequently purchased. For instance, if GSA typically awards multiple smaller contracts for such equipment, a single $4.3 million delivery order might represent a consolidation or a particularly large requirement. Conversely, if GSA frequently awards contracts in this range, it suggests this award is within a normal spending pattern. Understanding past spending can help identify if this award is unusually large, small, or representative of typical GSA acquisition strategies for this category.
Industry Classification
NAICS: Manufacturing › Commercial and Service Industry Machinery Manufacturing › Other Commercial and Service Industry Machinery Manufacturing
Product/Service Code: REFRIG, AIR CONDIT/CIRCULAT EQPT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 47QSMD20R0001
Offers Received: 999
Pricing Type: FIXED PRICE WITH ECONOMIC PRICE ADJUSTMENT (K)
Evaluated Preference: NONE
Contractor Details
Parent Company: Superior Equipment and Supply CO.
Address: 4550 S BRUST AVE, SAINT FRANCIS, WI, 53235
Business Categories: 8(a) Program Participant, Category Business, DoT Certified Disadvantaged Business Enterprise, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Small Disadvantaged Business, Special Designations, Subchapter S Corporation, Indian (Subcontinent) American Owned Business, U.S.-Owned Business, Woman Owned Business
Financial Breakdown
Contract Ceiling: $4,269
Exercised Options: $4,269
Current Obligation: $4,269
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: GS07F0274X
IDV Type: FSS
Timeline
Start Date: 2026-04-02
Current End Date: 2026-05-17
Potential End Date: 2026-05-17 00:00:00
Last Modified: 2026-04-03
Other General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)