Seymour Johnson AFB "Wings over Wayne" Open House / Air Show Master Concessionaire
ID: FA480925Q0013Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4809 4TH CONS SQ CCSEYMOUR JOHNSON AFB, NC, 27531-2456, USA

NAICS

Mobile Food Services (722330)

PSC

HOUSEKEEPING- FOOD (S203)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is seeking proposals for a Master Concessionaire to provide food, beverage, and novelty items during the 2025 "Wings over Wayne" Open House/Air Show at Seymour Johnson Air Force Base in Goldsboro, North Carolina, scheduled for May 3-4, 2025. The selected contractor will be responsible for managing concession operations, including setup, cash collection, and compliance with health and safety standards, while anticipating an attendance of approximately 75,000 visitors per day. This event aims to showcase the Air Force's mission and capabilities, enhance community relations, and generate revenue for services and facilities. Interested offerors must submit their proposals by 4:30 PM EST on February 3, 2025, and can direct inquiries to Kelsie Papst at kelsie.papst@us.af.mil or Aaron Vanvynckt at aaron.vanvynckt.1@us.af.mil.

    Files
    Title
    Posted
    The document outlines the solicitation for proposals from vendors for the “Wings over Wayne” Open House/Air Show in 2025, focusing on food and beverage concessions. It specifies submission requirements, including Offeror information, a valid proposal period, and all-inclusive pricing. Proposals will be evaluated based on three factors: Technical Capability, Past Performance, and Price. The Technical Capability Proposal must detail the management plan, including menu items, concession stand recommendations, setup responsibilities, security, safety measures, insurance, accounting, personnel qualifications, manpower, and financial resources. The Past Performance section requires Offerors to provide evidence of relevant past operations serving large crowds, ensuring experience in similar events. Offerors must submit references who will complete a Past Performance Questionnaire. Pricing is based on a quoted percentage from gross sales during the event, with evaluations assessing reasonableness and the potential for successful contract performance. A panel comprising MWR program specialists and Air Show personnel will evaluate submitted proposals, leading to a decision by the Mission Support Group Commander. This document serves as a formal invitation for proposals, aiming to ensure quality services during the event while promoting responsible fiscal practices.
    The "Wings Over Wayne" Open House/Air Show at Seymour Johnson Air Force Base is set for May 3-4, 2025, and requires a Master Concessionaire to manage food, beverages, and souvenir sales for an anticipated crowd of 75,000 attendees per day. The contractor will have exclusive rights to sell concessions and must ensure adequate booth setup, cleanliness, and customer service throughout the event. Specific requirements include providing quality merchandise, training volunteers, and managing payment systems, including credit card options. Insurance coverage for workers’ compensation and liability is mandatory, along with strict food safety adherence. The contractor is responsible for obtaining food from approved sources and coordinating with health inspectors. Proper cash management and record-keeping are essential, with daily revenue verification and bank deposit requirements in place. The contract also outlines the roles of the Force Support Squadron (FSS) in monitoring operations and providing additional services, including sponsorships and volunteer staffing. Overall, the document establishes guidelines for ensuring a successful and organized concession operation during the event, reflecting government procurement practices focused on community engagement and efficient management.
    The "Wings Over Wayne" Open House/Air Show at Seymour Johnson Air Force Base is seeking a Master Concessionaire to provide food, beverages, and novelty items during the event scheduled for May 3-4, 2025, anticipating an attendance of approximately 75,000 per day. The contractor must deliver suitable concession booths, manage operations efficiently, and oversee cash collection and clean-up. Specific requirements include providing a designated Contract Manager, setting up tents without penetrating surfaces due to safety regulations, and ensuring compliance with health standards. The contractor is responsible for offering quality merchandise, training volunteers, and managing financial transactions, including accepting discounted tickets for volunteers. They must maintain reasonable pricing, provide credit card payment systems, and ensure security for all supplies. Insurance coverage for liability and worker's compensation is also mandated. The NAFI retains rights for various sales, sponsorships, and volunteer support, while ensuring all operational details, including booth placements and cash management, are coordinated with relevant officials. The document outlines extensive logistical, operational, and compliance responsibilities, emphasizing the event's significance and the contractor's essential role in its success.
    The document presents a fee schedule for concessions at the 2025 Wings Over Wayne Open House/Airshow, under the authority of the Non-Appropriated Fund Instrumentality (NAFI). It outlines the various items, quantities, and associated costs related to concession services, including food and beverage operations. The schedule delineates percentages of gross sales applied to varying revenue thresholds, such as $100,000 and above, with specific items categorized for evaluation purposes. Key components include a minimum cash guarantee of $110,000 to be paid to the NAFI, ensuring that the greater amount from either the minimum guarantee or the computed percentages will be fulfilled. Additional income sources such as souvenirs and subcontractor repayments are also captured within the fee structure, contributing to total revenue anticipated from the concessions. Overall, the document serves to establish the financial expectations and operational framework for potential contractors, clarifying both the fiscal responsibilities and revenue-sharing model associated with the event's vendor activities.
    This document outlines the fee schedule for the concessions at the 2025 Wings Over Wayne Open House/Airshow, associated with the Non-Appropriated Fund Instrumentality (NAFI) at Seymour Johnson AFB. It lists various categories of services to be provided, including food and beverage operations, with specified gross sales percentages and a minimum cash guarantee of $110,000 due upon contract completion. The schedule breaks down various elements such as rates obtained from souvenir sales and payments received from subcontractors. The evaluation total encompasses estimated amounts for different sales categories, establishing a framework for contractor payment based on revenue. The purpose of this schedule is to detail the compensation structure for managing and operating the concessions during the specified event, ensuring transparency and financial accountability in accordance with the solicitation's terms. This document exemplifies processes typical in government Requests for Proposals (RFPs), facilitating clear expectations between federal entities and contractors.
    The document outlines the comprehensive requirements and clauses related to the 2025 "Wings over Wayne" Open House/Air Show contract, under the Nonappropriated Fund Instrumentality (NAFI) of the Department of Defense. It details the legal framework for the agreement, ensuring that no U.S. appropriated funds will be involved. Key definitions clarify terms such as "Contractor," "Contracting Officer," and "Claim," establishing a clear understanding of roles. Various clauses address dispute resolution, insurance obligations, procurement integrity, and social responsibility, emphasizing compliance with labor standards, anti-trafficking policies, and safe working conditions. The document insists on environmental sustainability initiatives, mandates adherence to minimum wage laws, and prohibits procurement from areas involved in forced labor. The overarching goal is to ensure fair and lawful conduct in the execution of this contract, aligning with federal laws aimed at promoting ethical labor practices while providing detailed guidelines for contractors. This structure is vital for government oversight and accountability in contractual agreements, specifically within the RFP and grant processes.
    The "Wings over Wayne" Open House/Air Show contract outlines essential provisions for contractors engaged in providing services to the Nonappropriated Fund Instrumentality (NAFI) of the U.S. Government. Key topics include dispute resolution, termination procedures, liability, and compliance with applicable laws. Contractors must adhere to the Federal Acquisition Regulation (FAR) guidelines, submit claims promptly, and allow audits of their records. The contract specifies conditions for termination, both for convenience and cause, requiring contractors to fulfill payment obligations and manage customer complaints effectively. Additionally, it addresses indemnity, quality assurance, and the prohibition against gratuities. The document structures provisions sequentially, detailing contractor responsibilities while emphasizing the necessity for compliance, quality control, and financial accountability. This ensures that the NAFI’s interests are protected while allowing for efficient operations during the upcoming air show event.
    The document outlines a Past Performance Questionnaire for contractors seeking a concessionaire contract for the 2025 "Wings over Wayne" Air Show at Seymour Johnson AFB, NC. Its primary purpose is to evaluate the contractor's previous performance on similar projects, a critical factor in the selection process. The questionnaire requests detailed responses regarding any contract terminations, performance capabilities, safety standards, and the contractor's problem-solving regarding performance issues. Key questions include whether the service met contractual requirements, if qualified personnel and necessary equipment were provided, and the overall rating of the contractor's performance. Additionally, it seeks feedback on the contractor's rehire potential and individual comments. The information gathered through this questionnaire helps the selection committee assess the suitability of the contractor for future engagements, ensuring that qualified and reliable service providers are chosen for the Air Show event.
    The document presents the Wage Determination No. 2015-4379 issued by the U.S. Department of Labor under the Service Contract Act, detailing wage rates and working conditions for federal contracts in North Carolina, specifically Wayne County. It stipulates minimum wage requirements depending on the date of contract award and renewal, aligning with Executive Orders 14026 and 13658. The minimum wage for covered workers is set at $17.75 per hour for contracts entered into after January 30, 2022, and $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. The document outlines various occupations along with corresponding wage rates and fringe benefits, including health and welfare provisions, vacation time, and paid holidays. It establishes guidelines for contractor compliance, including paid sick leave requirements under Executive Order 13706. Key classifications and compensation levels are provided for numerous job titles across categories such as administrative support, health occupations, technical occupations, and protective services. The conformance process for additional classifications not listed is also explained. This comprehensive wage determination serves to ensure fair compensation and benefits for workers on federal contracts.
    The Department of the Air Force is seeking proposals for a master concessionaire to oversee food, beverage, and novelty concessions during the 2025 "Wings over Wayne" Open House/Air Show at Seymour Johnson Air Force Base, scheduled for May 3-4, 2025. The primary objectives of the event are to showcase the Air Force's mission and capabilities, support recruitment, enhance community relations, bolster military morale, and generate revenue for services and facilities. Interested offerors must submit complete proposal packages by 4:30 PM EST on February 3, 2025, following the guidelines outlined in the provided attachments, which include instructions for submission and evaluation criteria. Inquiries should be directed to the designated contacts listed in the memorandum. This solicitation highlights the Air Force's intent to partner with vendors to create a successful community event that adheres to specific guidelines and objectives.
    Similar Opportunities
    Air Boss and Related Services - TAFB Wings Over Solano 2026
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking qualified vendors to provide Air Boss and related services for the 2026 Wings Over Solano air show. The procurement is a Firm Fixed Price contract, specifically set aside for small businesses under NAICS code 488111 (Air Traffic Control), with a size standard of $40 million. The selected contractor will be responsible for critical tasks such as developing the airshow schedule, conducting safety briefings, and liaising with FAA and emergency personnel, ensuring the event's success scheduled for April 24-26, 2026. Interested vendors must submit their quotations by December 17, 2025, at 1:00 PM PST, to the designated contacts, Lt Samuel De La Cruz and (S)Sgt Socrates Rosimo, via the provided email addresses.
    2026 Maxwell AFB Beyond The Horizon - Premium Seating
    Dept Of Defense
    The Department of Defense, through the 42d Contracting Squadron at Maxwell Air Force Base (AFB) in Alabama, is seeking sources to provide Premium Seating Services for the 2026 Beyond The Horizon Open House and Airshow event scheduled for April 17-19, 2026. The contractor will be responsible for offering various premium seating options, including VIP Chalets and Flight Line Club access, to an estimated audience of over 150,000 attendees, while also managing logistical support, ticketing, and compliance with safety regulations. This opportunity is crucial for enhancing the attendee experience at a significant public event, and interested parties must submit their responses to the sources sought notice by 2:00 P.M. Central Standard Time on December 15, 2025, to the primary contacts, 2d Lt Easton Flamand and TSgt Jeremy Rash, via the provided email addresses.
    Luke Air Force Base 2026 Air Show - Video Screen Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for video screen services for the Luke Air Force Base 2026 Air Show, with the contract managed by the 56th Fighter Wing. The selected vendor will be responsible for the setup, operation, and removal of high-resolution video screens from March 18 to March 23, 2026, ensuring optimal visibility and technical support throughout the event. This procurement is crucial for enhancing the visual experience of attendees at the air show, which is a significant public relations event for the Air Force. Interested small businesses must submit their quotes by January 5, 2026, at 1500 EST, and should direct inquiries to the primary contact, 2d Lt Jalen Johnson, at jalen.johnson.17@us.af.mil or 623-856-2730. The total contract value is estimated at up to $40 million, contingent upon available funding.
    Airshow Narrator & Sound/ Audio Technician
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Airshow Narrator and Sound/Audio Technician services for the Shaw Air & Space Expo scheduled from March 27-29, 2026. The contractor is required to provide all necessary personnel, equipment, and services, including a narrator with a minimum of five years of airshow experience and a public address/audio system capable of supporting over 50,000 spectators. This procurement is critical for ensuring effective crowd control and narration during the event, which is expected to draw significant public attendance. Interested parties, particularly Women-Owned Small Businesses, should note that the total award amount is $9,000,000, and proposals must be submitted in accordance with the solicitation guidelines. For further inquiries, contact Jeesenia Nauta Criollo at jeesenia.nautacriollo@us.af.mil or 803-895-5623.
    FY26 Club Concessionaire at Moron AB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Club Concessionaire at Morón Air Base, Spain. The selected contractor will be responsible for providing food and beverage services at Club Andaluz, including menu planning, procurement, preparation, and service, while ensuring compliance with safety and cleanliness standards. This opportunity is crucial for maintaining a vibrant social environment for military personnel and their families, with the contract expected to cover a base period from January 17, 2026, to February 16, 2026, and three optional one-month extensions. Interested vendors must submit their quotes by December 23, 2025, and are encouraged to attend a site survey on December 15, 2025, with questions directed to SSgt Ryan Hopkin and SSgt Keif Gardner via email.
    Luke Air Force Base 2026 Air Show - Audio Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all spectator areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at $40 million and designated as a Women-Owned Small Business set-aside, emphasizes technical acceptability, past performance, and price in its evaluation criteria. Interested vendors must submit their quotes by December 17, 2025, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email, ensuring quotes remain valid through March 14, 2026.
    Great Texas Air Show- JBSA Randolph
    Dept Of Defense
    The Department of Defense, through the 502d Contracting Squadron, is seeking vendors to provide rental, delivery, and setup services for tables, chairs, and tents for the Great Texas Air Show at Joint Base San Antonio on May 2-3, 2026. The procurement includes specific quantities of various seating and table types, as well as a large premium seating tent, with logistics for delivery and setup required between April 30 and May 1, 2026. This event is significant for community engagement and military outreach, necessitating a well-coordinated effort to ensure all equipment is properly set up and secured. Interested parties must submit their responses to the Request for Information by December 15, 2025, at 12:00 PM CST, and can direct inquiries to A1C Seth James at seth.james.1@us.af.mil or Mercedes Perez at mercedes.perez.1@us.af.mil.
    Concessionaire - Galaxy Club
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a concessionaire to provide hot and cold food and non-alcoholic beverages at the Galaxy Club located at RAF Mildenhall in Suffolk, United Kingdom. The selected concessionaire will be responsible for catering services at off-site locations and must pay 15% of gross sales to the Non-Appropriated Fund Instrumentality (NAFI) on a monthly basis, with a contract duration of one base year and four optional renewal years. This opportunity is crucial for maintaining quality food services for authorized patrons and ensuring compliance with health and safety regulations. Interested parties can contact Kim Beaulieu at kimberly.beaulieu@us.af.mil or Valerie Cuevas at valerie.cuevas@us.af.mil for further details.
    Notice of Intent to Sole Source for construction and renovation of Building 4517 at Seymour Johnson AFB, NC
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Louisville District, is seeking to procure construction and renovation services for Building 4517 at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The project includes a sole-source requirement for the Best Coremax Keying System and various Furniture, Fixtures, and Equipment (FF&E) items, with specific part numbers and detailed descriptions provided for each item. This procurement is critical for enhancing the operational capabilities of the facility, ensuring that all products are made in the USA. Interested parties must submit a capability statement to Ethan Phillips at ethan.s.phillips@usace.army.mil by 1:00 PM ET on December 26, 2025, to be considered for this opportunity.
    DFAC Service, Camp Murray, WA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses from qualified vendors for Weekend Dining Facility Services at Camp Murray, Washington. The anticipated requirement includes providing lunch meals for three consecutive days each month, encompassing setup, preparation, cooking, and cleanup, all in compliance with DoD and Air Force nutritional standards. This service is crucial for maintaining the dietary needs of personnel at the 194th Wing, Washington Air National Guard, with food supplied by the 194th Wing Force Support Squadron. Interested parties must submit their responses, including company information and capabilities, by January 30, 2026, at 4:00 PM, to the 194th Contracting Office via email at 194.wg.fal.msc.contracting@us.af.mil. This opportunity is set aside for small businesses under the SBA guidelines.