USDA awards $260K for frozen vegetables, including corn, beans, and carrots, to INN FOODS INC
Contract Overview
Contract Amount: $260,753 ($260.8K)
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: $2.3K/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: 2000011256/4400002433/4100033958/CORN FRZ CTN-30 LB,BEANS GREEN FRZ CTN-30 LB,CARROTS FRZ CTN-30 LB
Place of Performance
Location: FAIRWATER, FOND DU LAC County, WISCONSIN, 53931
Plain-Language Summary
Department of Agriculture obligated $260,752.8 to INN FOODS INC for work described as: COMMODITIES FOR USG FOOD DONATIONS: 2000011256/4400002433/4100033958/CORN FRZ CTN-30 LB,BEANS GREEN FRZ CTN-30 LB,CARROTS FRZ CTN-30 LB Key points: 1. Value for money appears reasonable given the commodity type and quantity, though specific unit pricing benchmarks are needed for a definitive assessment. 2. The contract was awarded through full and open competition, suggesting a competitive bidding process that should drive favorable pricing. 3. Risk indicators are low, with a firm fixed-price contract type and a short performance period. 4. Performance context is limited to the delivery of frozen commodities, with no specific performance metrics provided. 5. Sector positioning is within food manufacturing, specifically frozen fruit, juice, and vegetable production. 6. The contract is a delivery order under a larger agreement, indicating it's part of an ongoing procurement mechanism.
Value Assessment
Rating: good
The total award amount of $260,752.80 for frozen commodities is a moderate sum. Without specific unit pricing data or comparison to historical awards for identical items, a precise value-for-money assessment is challenging. However, the firm fixed-price structure and competitive award process suggest that the pricing is likely aligned with market rates. Further analysis would require detailed breakdowns of the quantities and unit costs for each commodity.
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 a bid. The presence of 13 bidders suggests a healthy level of competition for this requirement. This broad competition is generally expected to lead to more competitive pricing and a wider selection of qualified offerors.
Taxpayer Impact: The extensive competition for this contract is beneficial for taxpayers as it likely resulted in a lower price than if the contract had been awarded through a less competitive process.
Public Impact
Beneficiaries include individuals or organizations receiving food assistance through USDA donation programs. Services delivered include the provision of frozen corn, green beans, and carrots. Geographic impact is primarily within the United States, supporting domestic food supply chains. Workforce implications are likely within the food manufacturing and logistics sectors involved in production and delivery.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed performance metrics could obscure potential inefficiencies in delivery or product quality.
- Limited transparency on the specific unit costs for each commodity makes it difficult to assess granular value for money.
Positive Signals
- Awarded through full and open competition with multiple bidders, indicating a robust selection process.
- Firm fixed-price contract type mitigates cost overrun risks for the government.
- Short performance period reduces long-term commitment and associated risks.
- Contract is a delivery order, suggesting it aligns with established procurement vehicles and processes.
Sector Analysis
The contract falls within the Food Manufacturing sector, specifically the production of frozen fruits, juices, and vegetables. This sector is a critical component of the agricultural supply chain, ensuring the availability of preserved food products. Comparable spending benchmarks would involve analyzing other USDA contracts for similar commodity procurements, as well as general market prices for frozen vegetables.
Small Business Impact
The data indicates that this contract was not set aside for small businesses, nor does it explicitly mention subcontracting requirements for small businesses. Therefore, the direct impact on the small business ecosystem is likely minimal unless INN FOODS INC. utilizes small businesses in its supply chain or subcontracting efforts, which is not detailed in this award notice.
Oversight & Accountability
Oversight for this contract would typically fall under the purview of the USDA's Agricultural Marketing Service (AMS), which is responsible for procurement and program administration. Accountability measures are inherent in the firm fixed-price contract type, requiring delivery of specified goods. Transparency is provided through public contract award databases, though detailed operational oversight specifics are not publicly available.
Related Government Programs
- USDA Food Purchase Programs
- Commodity Distribution Programs
- National School Lunch Program (potential downstream recipient)
- Food Banks and Pantries (potential downstream recipient)
Risk Flags
- Potential for quality variations if not rigorously inspected.
- Dependence on specific commodity availability and pricing fluctuations.
Tags
agriculture, usda, food-manufacturing, frozen-vegetables, full-and-open-competition, delivery-order, firm-fixed-price, wisconsin, commodity-donation, small-value-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Agriculture awarded $260,752.8 to INN FOODS INC. COMMODITIES FOR USG FOOD DONATIONS: 2000011256/4400002433/4100033958/CORN FRZ CTN-30 LB,BEANS GREEN FRZ CTN-30 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 $260,752.8.
What is the period of performance?
Start: 2026-04-08. End: 2026-07-31.
What is the historical performance record of INN FOODS INC. with the USDA or other federal agencies?
A review of federal procurement data would be necessary to ascertain INN FOODS INC.'s historical performance. This would involve searching contract databases for past awards, delivery orders, and any associated performance evaluations or contract modifications. Without this specific data, it is difficult to assess their track record. However, the award of this contract suggests they met the basic qualifications and were deemed a responsible source by the agency at the time of award. Further investigation into past performance would provide a more comprehensive understanding of their reliability and quality of service.
How does the unit price of these frozen commodities compare to market rates or similar government contracts?
To benchmark the unit price, one would need to compare the price per pound or per unit for corn, beans, and carrots against current market prices from agricultural suppliers and against recent federal contract awards for identical or comparable frozen vegetables. The provided data does not include the specific quantities of each commodity, making direct unit price calculation impossible. If, for example, the contract was for 10,000 lbs of corn at $1.00/lb, that figure could then be compared. Without these details, the assessment remains qualitative, relying on the assumption that full and open competition with 13 bidders likely yielded competitive pricing.
What are the specific quality standards and inspection procedures for these frozen commodities?
The contract likely incorporates by reference standard USDA specifications for food commodities, which would include detailed quality standards related to grade, size, appearance, and absence of defects for frozen corn, green beans, and carrots. Inspection procedures would typically involve checks at the point of origin (manufacturer's facility) and potentially upon delivery to ensure compliance with these standards. While the specific details of these standards and inspection protocols are not in the award notice, they are crucial components of any government food procurement to ensure the safety and suitability of the products for their intended use, such as donation programs.
What is the total historical spending by the USDA on frozen vegetable commodities over the past five years?
Analyzing the USDA's total spending on frozen vegetable commodities over the past five years would require a comprehensive search of federal procurement databases, filtering for relevant product codes (like PSC codes related to frozen vegetables) and agencies (primarily USDA). This would reveal trends in procurement volume, average prices, and key suppliers. Such an analysis would provide context for the current $260,752.80 award, indicating whether it represents a typical, above-average, or below-average expenditure for similar procurements. It would also highlight any significant shifts in the agency's purchasing patterns or reliance on specific types of frozen vegetables.
Are there any known risks associated with INN FOODS INC. as a contractor, such as past performance issues or financial instability?
Assessing risks associated with INN FOODS INC. would necessitate a review of their past performance records, including any reported disputes, contract terminations, or negative evaluations from federal agencies. Financial stability could be evaluated through credit reports or Dun & Bradstreet ratings. The absence of specific risk flags in this award notice suggests no immediate, publicly known red flags were identified by the contracting officer at the time of award. However, a deeper due diligence process might uncover potential concerns not evident in a summary award notice.
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: $260,753
Exercised Options: $260,753
Current Obligation: $260,753
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.)