RE-POST: Stennis MS Mini Mart Cafe zero cost contract services
ID: 040ADV-25-Q-0054Type: Combined Synopsis/Solicitation
Overview

Buyer

UNITED STATES GOVERNMENT PUBLISHING OFFICEUNITED STATES GOVERNMENT PUBLISHING OFFICEAcquisition ServicesWashington, DC, 20401, USA

NAICS

All Other Food Manufacturing (31199)

PSC

FOOD COOKING, BAKING, AND SERVING EQUIPMENT (7310)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The United States Government Publishing Office (GPO) is seeking proposals for a no-cost contract to provide Mini Mart Café services at its Stennis Space Center location in Mississippi. The selected vendor will be responsible for offering a variety of food and beverage options, including healthy choices, to support the needs of approximately 100 employees working in a fast-paced environment, with services required 24 hours a day. This initiative aims to enhance employee satisfaction and productivity, with compensation derived solely from customer purchases rather than direct contract payments. Proposals are due by January 16, 2026, at 5:00 PM CDT, and interested parties should direct inquiries to Paige Menard at pmenard@gpo.gov.

    Point(s) of Contact
    Paige Menard
    pmenard@gpo.gov
    Files
    Title
    Posted
    The U.S. Government Publishing Office (GPO) is re-soliciting quotes (RFQ #040ADV-25-Q-0054) for a no-cost, five-year contract to provide Mini Mart Café services at its Stennis, MS location. This initiative aims to enhance employee productivity and satisfaction by offering 24/7 onsite access to various food and beverage options, including healthy choices, with compensation derived solely from customer purchases. The GPO seeks multiple contractors whose proposals represent the best interest of the Government, with awards based on the lowest technically acceptable price. Proposals are due by September 26, 2025, 5:00 pm CDT, and must adhere to specific instructions in Sections L and M of the RFQ. Contractors must be registered in SAM and comply with all federal and state regulations, including security protocols for the Stennis NASA Space Center.
    Amendment 040ADV-25-Q-0054-C0001, issued by the GPO, modifies solicitation 040ADV-25-Q-0054. The amendment removes Provision 52.222-26 Equal Opportunity and extends the deadline for questions to October 15, 2025, 5:00 PM CDT. Additionally, the proposal submission deadline is extended to October 31, 2025, 5:00 PM CST. Offerors must acknowledge receipt of this amendment to ensure their offers are considered valid. All other terms and conditions of the original solicitation remain unchanged and in full effect.
    This document, Amendment/Modification Number 040ADV-25-Q-0054-C0002, issued by the GPO, amends solicitation 040ADV-25-Q-0054. The primary purpose of this amendment, with an effective date of October 24, 2025, is to extend the closing date for offers from October 31, 2025, to December 12, 2025, at 5:00 P.M. CDT. Additionally, it clarifies that questions can be submitted prior to proposal submission. Offerors must acknowledge receipt of this amendment to ensure their offer is not rejected, either by returning copies of the amendment, acknowledging it on their offer, or through a separate communication referencing the solicitation and amendment numbers. All other terms and conditions of the original solicitation remain unchanged.
    This government document, Amendment Control Number 040ADV-25-Q-0054-C0003, is an amendment to a solicitation, 040ADV-25-Q-0054, issued by the GPO. The primary purpose of this amendment, effective November 10, 2025, is to extend the closing date for receipt of offers from December 12, 2025, to January 16, 2026, at 5:00 P.M. CDT. Additionally, it clarifies that questions can be submitted prior to proposal submission. The amendment also outlines the methods by which offerors must acknowledge receipt, emphasizing that failure to do so by the specified deadline may result in the rejection of their offer. All other terms and conditions of the original solicitation remain unchanged.
    This government file outlines 20 food categories for procurement, including healthy bars, candy, various beverages (cold, hot, carbonated, water), basic groceries, fresh foods (salads, snacks, sandwiches, hot meals), food entries, nuts and meats, healthy snacks, chips, baked goods, and frozen foods. It also includes a category for "Other items." The document specifies that items within each category are to be added, and notes that prices for years 2-5 can be represented as a percentage increase or decrease. It also states that if a food category will not be provided, it should be explicitly marked as "Will not be provided." This structure suggests a request for proposal or a grant application for food service providers, detailing the types of food items required and the pricing structure over five years.
    Attachment J.2 is a Past Performance Questionnaire used by the U.S. Government Publishing Office (GPO) Acquisition Services to evaluate contractor performance. This sensitive document is completed by both the contractor and an evaluating organization representative. The contractor provides details such as their name, project name, contract number, period of performance, completion date, contract value, and type of contract, along with a description of the project's key characteristics. The evaluating organization rates the contractor across various performance areas including quality of products and services, overall performance, schedule, technical requirements, cost control, subcontracting, and customer satisfaction (in both routine matters and unexpected difficulties). Additionally, the evaluator assesses the likelihood of repeat business and lists the contractor's strong and weak points, as well as any other projects completed. If applicable, the average award fee percentage earned is also recorded. The questionnaire uses a rating scale of Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, or Not Observed.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Centralized Waste Processing System
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking proposals for the design, delivery, and installation of a centralized waste processing system at its Secure Production Facility (SPF) located within NASA's Stennis Space Center in Mississippi. The objective is to replace four existing independent waste management systems with a fully automated solution that integrates seamlessly with current production equipment, ensuring the secure handling of waste materials generated during the production of sensitive identification documents. This procurement is critical for enhancing operational efficiency and compliance with stringent security protocols, as any mixing of finished goods with waste could halt production. Interested contractors must submit their proposals by January 12, 2026, following a mandatory site visit on December 2, 2025, and should direct inquiries to Rebecca Nichols at rnichols@gpo.gov. The contract is anticipated to be a Firm-Fixed-Price type, with evaluations based on the best value tradeoff process.
    950S GPOExpress
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a contractor to provide and manage the GPOExpress Program, which serves as a comprehensive printing solution for federal agency customers through a network of local printing outlets. The contractor will be responsible for delivering a variety of services, including digital printing, print-on-demand, binding, order fulfillment, and customer satisfaction management, while implementing an exclusive GPOExpress Card for authorized users. This program is crucial for ensuring efficient and accessible printing services for federal agencies, enhancing their operational capabilities. Interested parties can find complete specifications and further details at the GPO's official website, and inquiries can be directed to Joseph Harrington at jharrington@gpo.gov or Mary Newton at mnewton@gpo.gov.
    Library of Congress Food Service Operations
    Library Of Congress
    The Library of Congress is seeking proposals for comprehensive food service operations at its Capitol Hill buildings in Washington, DC, through an unrestricted contract. The contractor will be responsible for managing various food service facilities, including cafes and cafeterias, catering to approximately 1.9 million annual visitors and 3,300 staff members, while adhering to strict operational and sustainability standards. This procurement is significant as it operates under the Randolph-Sheppard Act, prioritizing blind vendors for cafeteria operations, and requires the contractor to maintain a profit and loss structure with a 1.5% commission reserve for the Library's food services. Interested vendors should contact David Leonard at dleonard@loc.gov, with the contract period spanning from March 31, 2026, to March 30, 2041, including a base period and four option periods.
    S--DOI Main Building Food Services RFQ
    Interior, Department Of The
    The U.S. Department of the Interior (DOI) is seeking qualified small businesses to provide food concession services at the Stewart Lee Udall Building in Washington, D.C. The procurement involves establishing and operating food concession facilities, including breakfast and lunch services, a coffee bar, and potential catering, with a contract period consisting of a one-year base term and four one-year options. This initiative is significant for promoting wellness and sustainability within federal food services, adhering to guidelines on responsible antibiotic use and health standards. Interested parties must submit their quotes by January 16, 2026, and can direct inquiries to William Rilee at William.Rilee@bsee.gov or by phone at 703-787-1757.
    GPO TWIC Pin Mailers
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking proposals for the procurement of TWIC PIN Mailers, which are essential for the high-volume issuance of secure federal smart card credentials, specifically the NexGen TWIC Cards, on behalf of the Transportation Security Agency (TSA). The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) with Firm-Fixed-Price (FFP) Delivery Orders, awarded to the lowest-priced technically acceptable offeror, with a maximum order quantity of 3,000,000 mailers over a five-year period. These mailers play a critical role in the secure delivery of Personal Identification Numbers (PINs) necessary for activating TWIC cards, which are used for access to sensitive facilities and systems. Interested parties must submit their proposals by January 20, 2026, and direct any questions to Lainey Ash at lash@gpo.gov.
    MMAR 6.302-2 Public Exigency Congressional Mandate
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a contractor, CoreSphere, to provide essential development, sustainment, and operations and maintenance services in response to a recent congressional mandate. This urgent requirement is driven by a public exigency as outlined in MMAR 6.302-2, necessitating immediate action to meet critical deadlines. The contract period is set from May 1, 2023, to April 30, 2024, with plans for a competitive follow-on requirement in the future. Interested parties can reach out to Dyeshia Sampson at dsampson@gpo.gov or call 202-320-0089 for further details.
    Military Food Service Contracting at Training Center (TRACEN) Cape May, NJ
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors for a military food service contract at the Training Center (TRACEN) in Cape May, New Jersey. The procurement involves providing full food services, including all necessary personnel, management, supplies, and equipment for three dining halls serving recruits and permanent personnel three meals a day, year-round. This contract is significant for maintaining the dietary needs and operational efficiency of the Coast Guard training facility, with an anticipated start date of April 1, 2026, and a total duration of up to 60 months. Interested vendors must submit a Rough Order of Magnitude cost estimate and a company capability statement by January 19, 2026, to Janine A. Marshall at janine.a.marshall@uscg.mil.
    Sacramento MEPS Noon Meals
    Dept Of Defense
    The Department of Defense, through the Army's Mission and Installation Contracting Command at Fort Knox, is soliciting quotes from qualified small businesses to provide noon meals (sub sandwiches) for applicants at the Sacramento Military Entrance Processing Station (MEPS). The contractor will be responsible for preparing, transporting, and serving meals, as well as cleaning the dining area, with services required Monday through Friday and up to 28 Saturdays annually, including occasional "mission day" meals. This procurement is crucial for supporting the meal needs of military applicants during their processing, ensuring adherence to health and safety standards. Interested parties must submit their quotes and any questions via email by the specified deadlines, with a minimum guaranteed procurement of $1,500.00 during the base period from February 1, 2026, to January 31, 2027. For further inquiries, contact Tara Glass at tara.e.glass.civ@army.mil or Darrell May at darrell.e.may.civ@army.mil.
    Full Food Services at USCG Sector Corpus Christi, TX
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking proposals for full food services at its Sector Corpus Christi facility in Texas through Request for Quotation (RFQ) 70Z08426QAA850100. The contractor will be responsible for providing comprehensive food services, including meal preparation, dining facility management, and quality control, to meet the nutritional needs of USCG personnel, with a contract period extending from May 1, 2026, to April 30, 2031, including a one-month phase-in and four optional one-year periods. This procurement is a total small business set-aside, with priority given to blind vendors under the Randolph-Sheppard Act, emphasizing the importance of quality food service in supporting military operations. Interested contractors must submit their quotes by December 30, 2025, and can direct inquiries to the primary contact, Bahar Cabrera, at bahar.cabrera@uscg.mil, with a site visit scheduled for December 10, 2025.
    Inventory - Property# 124990.GP - CREAM-WHITE WEB 50W 50LBS
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is soliciting bids for cream-white web offset book rolls, specifically designed for printing purposes. The procurement involves a firm-fixed-price contract awarded on a Lowest Priced Technically Acceptable basis, requiring offerors to submit pricing, SAM registration, and contact information. These paper rolls, which are archival and acid-free, are essential for producing high-quality printed materials, emphasizing the importance of reliable supply in government publishing. Bids are due by January 8, 2026, at 1:00 PM EST, and interested vendors must be U.S.-established and SAM-registered, with no international shipping accepted. For further inquiries, potential bidders can contact Jordan Smith at jbsmith@gpo.gov or Jasmin Webb at jwebb@gpo.gov.