Agriculture contract for frozen vegetables awarded to Inn Foods Inc. for $284,849.40
Contract Overview
Contract Amount: $284,849 ($284.8K)
Contractor: INN Foods Inc
Awarding Agency: Department of Agriculture
Start Date: 2026-04-08
End Date: 2026-07-31
Contract Duration: 114 days
Daily Burn Rate: $2.5K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 13
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: COMMODITIES FOR USG FOOD DONATIONS: 2000011256/4400002433/4100033956/CORN FRZ CTN-30 LB,BEANS GREEN FRZ CTN-30 LB,CORN FRZ CTN-12/2.5 LB,CARROTS FRZ CTN-30 LB
Place of Performance
Location: BROCKPORT, MONROE County, NEW YORK, 14420
State: New York Government Spending
Plain-Language Summary
Department of Agriculture obligated $284,849.4 to INN FOODS INC for work described as: COMMODITIES FOR USG FOOD DONATIONS: 2000011256/4400002433/4100033956/CORN FRZ CTN-30 LB,BEANS GREEN FRZ CTN-30 LB,CORN FRZ CTN-12/2.5 LB,CARROTS FRZ CTN-30 LB Key points: 1. Value for money appears reasonable given the nature of commodity procurement. 2. Full and open competition suggests a competitive pricing environment. 3. Contract duration is relatively short, indicating potential for frequent re-competition. 4. Performance is tied to delivery orders, allowing for flexibility in procurement. 5. Sector positioning is within food manufacturing, supporting federal food donation programs. 6. No small business set-aside was utilized for this procurement.
Value Assessment
Rating: good
The contract value of $284,849.40 for frozen vegetables seems aligned with typical government commodity purchases. Benchmarking against similar contracts for bulk food items would provide a more precise value assessment. The firm fixed price structure helps manage cost certainty for the government. The relatively modest award amount suggests it is not a high-risk or exceptionally large expenditure.
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 offers. The presence of 13 bidders (no) suggests a healthy level of competition for this specific procurement. This broad competition is generally favorable for price discovery and ensures the government receives competitive offers.
Taxpayer Impact: The full and open competition likely resulted in a more favorable price for taxpayers by leveraging market forces to drive down costs.
Public Impact
Beneficiaries include recipients of USG food donation programs, likely including food banks and charitable organizations. Services delivered involve the provision of frozen vegetables such as corn, beans, and carrots. Geographic impact is national, supporting federal food distribution networks. Workforce implications are primarily within the food manufacturing and logistics sectors.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for supply chain disruptions impacting delivery timelines.
- Quality control of frozen commodities needs consistent monitoring.
- Price fluctuations in agricultural markets could impact future contract costs if not adequately hedged.
Positive Signals
- Established contractor with experience in food manufacturing.
- Firm fixed price contract provides cost predictability.
- Short contract duration allows for agility in adapting to changing needs.
Sector Analysis
This contract falls within the food manufacturing sector, specifically focusing on frozen fruits, juices, and vegetables. The market for government food procurement is substantial, driven by various programs including domestic food assistance and international aid. Inn Foods Inc. operates within this established segment, supplying essential commodities that support federal nutrition and donation initiatives. Comparable spending benchmarks would involve analyzing other contracts for similar frozen food items procured by agencies like USDA or DOD.
Small Business Impact
This contract did not include a small business set-aside, nor is there an indication of subcontracting requirements for small businesses. The award went to a single entity, Inn Foods Inc., and its size relative to small business definitions is not provided. The lack of specific small business provisions means the direct impact on the small business ecosystem for this particular award is likely minimal.
Oversight & Accountability
Oversight for this contract would primarily fall under the Agricultural Marketing Service (AMS) of the Department of Agriculture. The contract is a delivery order against a basic ordering agreement or similar vehicle, implying established terms and conditions. Accountability measures are tied to the delivery of specified frozen commodities by the contract's end date. Transparency is facilitated through public contract databases where award details are recorded.
Related Government Programs
- Federal Food Donation Programs
- Commodity Procurement
- Agricultural Marketing Service Contracts
- Frozen Vegetable Supply
Risk Flags
- Supply Chain Vulnerability
- Commodity Price Volatility
- Quality Assurance Requirements
Tags
agriculture, food-donation, frozen-vegetables, commodity-procurement, firm-fixed-price, delivery-order, full-and-open-competition, department-of-agriculture, agricultural-marketing-service, new-york, medium-value
Frequently Asked Questions
What is this federal contract paying for?
Department of Agriculture awarded $284,849.4 to INN FOODS INC. COMMODITIES FOR USG FOOD DONATIONS: 2000011256/4400002433/4100033956/CORN FRZ CTN-30 LB,BEANS GREEN FRZ CTN-30 LB,CORN FRZ CTN-12/2.5 LB,CARROTS FRZ CTN-30 LB
Who is the contractor on this award?
The obligated recipient is INN FOODS INC.
Which agency awarded this contract?
Awarding agency: Department of Agriculture (Agricultural Marketing Service).
What is the total obligated amount?
The obligated amount is $284,849.4.
What is the period of performance?
Start: 2026-04-08. End: 2026-07-31.
What is the track record of Inn Foods Inc. in fulfilling government contracts, particularly for food commodities?
Inn Foods Inc. has been awarded this contract (2000011256/4400002433/4100033956) for frozen commodities. Further analysis would require examining their historical contract performance data across various federal agencies. Key indicators to assess would include on-time delivery rates, quality compliance, and any past performance issues or disputes. Without access to a comprehensive federal procurement database with detailed performance metrics for Inn Foods Inc., a definitive assessment of their track record is limited to the information available for this specific award. However, the award itself suggests they met the basic qualifications and competitive requirements at the time of selection.
How does the per-unit cost of these frozen vegetables compare to market rates or similar government procurements?
The total award is $284,849.40 for various frozen vegetables in 30 lb cartons and 2.5 lb cartons. To benchmark per-unit costs, we would need to know the exact quantities of each specific item (e.g., corn, beans, carrots) procured. For instance, if the contract specified 5,000 units of 30 lb corn cartons, the per-unit cost would be approximately $57.00. Comparing this to market wholesale prices for similar quantities and quality, as well as to historical government contract data for the same or comparable items, would be necessary. Given the firm fixed price nature, the government has locked in a price, but its competitiveness relies on the initial bidding process and market conditions at that time.
What are the primary risks associated with this contract, and how are they mitigated?
Key risks include supply chain disruptions affecting delivery, potential quality control issues with frozen commodities, and price volatility in agricultural markets. Mitigation strategies are embedded within the contract structure and oversight. The short delivery period (ending July 31, 2026) limits long-term exposure to market fluctuations. The firm fixed price contract shifts the risk of cost overruns to the contractor. Quality assurance protocols by the Agricultural Marketing Service (AMS) would be in place to inspect goods upon delivery. The contractor's own quality control processes are also a critical mitigation factor. Furthermore, the competition level suggests multiple potential suppliers, reducing reliance on a single source.
What is the overall effectiveness of this contract in supporting USG food donation programs?
The effectiveness of this contract is directly tied to the successful and timely delivery of the specified frozen vegetables to designated distribution points for USG food donation programs. Assuming Inn Foods Inc. fulfills the contract requirements regarding quantity, quality, and delivery schedule, the contract is effective in providing essential food items. The program's broader effectiveness depends on the reach and impact of the food donation initiatives themselves, which this contract supports by supplying a key component. The use of full and open competition aims to ensure cost-effectiveness, further contributing to the program's overall efficiency.
How has federal spending on similar frozen commodity procurements trended over the past five years?
Analyzing historical spending trends for similar frozen commodity procurements by the Department of Agriculture or other relevant agencies would require access to detailed historical contract data. Generally, spending on food commodities can fluctuate based on agricultural output, global market prices, specific program needs (e.g., disaster relief, international aid), and budget allocations. A trend analysis would involve aggregating data for contracts categorized under 'Frozen Fruit, Juice, and Vegetable Manufacturing' or similar PSC codes over the last five fiscal years. This would reveal patterns of increased or decreased investment in such supplies, potentially influenced by policy changes or unforeseen events.
Industry Classification
NAICS: Manufacturing › Fruit and Vegetable Preserving and Specialty Food Manufacturing › Frozen Fruit, Juice, and Vegetable Manufacturing
Product/Service Code: SUBSISTENCE
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 123J1425B0350
Offers Received: 13
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 310 WALKER ST, WATSONVILLE, CA, 95076
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $284,849
Exercised Options: $284,849
Current Obligation: $284,849
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 123J1425D0052
IDV Type: IDC
Timeline
Start Date: 2026-04-08
Current End Date: 2026-07-31
Potential End Date: 2026-07-31 00:00:00
Last Modified: 2026-04-08
More Contracts from INN Foods Inc
- 2000007716/4100023266/Strawberry Slices FRZ CTN-30 LB,Strawberry Whole Unswt IQF CTN-6/5 LB,Strawberry Slices Unswt IQF CTN-6/5 LB — $14.1M (Department of Agriculture)
- Commodities for USG Food Donations: 2000010776/4100032240/Strawberry FRZ CUP-96/4.5 OZ,Strawberry Slices Unswt IQF CTN-6/5 LB,Strawberry Whole Unswt IQF CTN-12/2.5 LB — $13.9M (Department of Agriculture)
- Commodities for USG Food Donations: 2000011031/4100033265/Broccoli FRZ CTN-30 LB — $7.1M (Department of Agriculture)
- Commodities for USG Food Donations: 2000010064/4100029872/Broccoli FRZ CTN-30 LB — $5.9M (Department of Agriculture)
- Commodities for USG Food Donations: 2000010943/4400002427/4100032734/Strawberry Slices FRZ CTN-30 LB,Strawberry Whole Unswt IQF CTN-6/5 LB,Strawberry Slices Unswt IQF CTN-6/5 LB — $3.7M (Department of Agriculture)
Other Department of Agriculture Contracts
- Usda Enterprise-Scale Fedramp Certified Cloud Hosting Services. Igf::ot::igf — $336.8M (Accenture Federal Services LLC)
- Usda Disc Enterprise Wide Salesforce Software&support Services — $294.8M (Carahsoft Technology Corp)
- Provide Removal of Carcasses AT Premise X Igf::ot::igf Hpai — $292.5M (Clean Harbors Environmental Services Inc)
- Financial Management Modernization Initiative — $291.0M (Accenture LLP)
- Enterprise Application Services — $273.5M (Synergy Business Innovation & Solutions Inc.)