Food 2.0 3rd Party Regionalization & Sustainment
ID: F41999-25-Q-0041Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9000 AF NAF POJBSA LACKLAND, TX, 78236-9800, USA

NAICS

Restaurants and Other Eating Places (7225)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)
Timeline
    Description

    The Department of Defense, specifically the Air Force Services Center (AFSVC), is soliciting quotes for the Food 2.0 3rd Party Regionalization & Sustainment initiative under RFQ #F41999-25-Q-0041. This project aims to enhance the efficiency and effectiveness of Food & Beverage operations across Air Force bases by updating the existing Food 2.0 Operations Plan and conducting an independent assessment of current practices. The selected contractor must have a minimum of ten years of experience in the food and beverage hospitality industry, with expertise in managing complex government contracts, and will focus on improving operational efficiency, financial performance, and customer satisfaction. Interested contractors should submit their questions by March 13, 2025, and proposals electronically, with evaluations based on technical solutions, past performance, and pricing. For further inquiries, contact James Boykin at james.boykin.2@us.af.mil or Valerie Baltimore at valerie.baltimore@us.af.mil.

    Files
    Title
    Posted
    The Air Force Services Center (AFSVC) is soliciting quotes for the Food 2.0 3rd Party Regionalization & Sustainment initiative under RFQ #F41999-25-Q-0041. This project aims to optimize and sustain the Food & Beverage operations across Air Force bases through periodic updates to the Food 2.0 Operations Plan. Key requirements for contractors include a detailed submission of contract documentation, pricing, past performance information, and a contractor's statement of work, all required to be submitted electronically. Contractors must demonstrate at least ten years of experience in the food and beverage hospitality industry, with specific expertise in managing complex government contracts. They will conduct an independent assessment of current operations, focusing on efficiency, financial performance, and customer satisfaction. The evaluation of submissions will prioritize technical solutions, past performance, and price, with a best-value trade-off approach. Importantly, the document outlines stringent guidelines for submissions, including deadlines for questions and proposal submissions, ensuring all processes are compliant with government regulations. The initiative reflects a push for innovation in Air Force dining operations, responding to rising costs and operational challenges while enhancing service delivery and overall customer satisfaction.
    The document outlines a series of questions and answers related to the Food 2.0 3rd Party Regionalization & Sustainment contract (F4199925Q0041), indicating that it is a new requirement with no incumbent contractor. It clarifies that bidders are not required to name key personnel but must demonstrate qualifications relevant to the Statement of Objectives. The past performance questionnaire (PPQ) will not be shared with contractors beforehand; it will be sent to references at a time determined by the Contracting Office. Regarding contract structure, both the base period and the first option year will be Firm Fixed Price Contracts, while the second option year will transition to a Time and Materials Contract, with discussions on potential funding ceilings for T&M to be determined post-award. Overall, the document serves to provide clarity to contractors regarding expectations and requirements for this new contract opportunity.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    VTARNG RTI Full Food Service JAN - JUN 2025
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified small businesses to provide full food service support for training courses at the Vermont Regional Training Institute from January to June 2025. The procurement includes delivering hot meals and light cleaning services across multiple periods, with specific quantities outlined for breakfast, lunch, and dinner throughout the contract duration. This opportunity is crucial for ensuring that service members receive adequate nutrition during their training, reflecting the government's commitment to supporting small businesses in federal contracting. Interested parties must submit their quotes by December 19, 2024, and can direct inquiries to Kathleen O'Neill at kathleen.b.oneill.civ@army.mil or Donald Luby at donald.j.luby.civ@army.mil.
    Bulk Food Items – Subsistence
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Blanket Purchase Agreement (BPA) to supply bulk food items for the Oklahoma Army National Guard (OKARNG) and Oklahoma Air National Guard (OKANG). The procurement involves delivering a variety of food products, including canned goods, dry goods, fresh and frozen meats, produce, dairy, and bread items, to approximately 12 locations across Oklahoma and Fort Chaffee, Arkansas, with a commitment to deliver within 48 hours of a call order. This initiative is crucial for supporting the food service operations of the military, ensuring compliance with health and safety regulations, and maintaining high standards of quality control. Interested contractors must submit their proposals by January 15, 2026, and direct any questions to the primary contacts, MacKenzie Boyd at mackenzie.a.boyd.civ@army.mil or Ryan Moehle at ryan.moehle@us.af.mil, by December 29, 2025.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Facilities Acquisitions for Restoration and Modernization (FARM) III program. The primary objective of this RFI is to gather insights on the government's acquisition strategy, particularly regarding the Highest Technically Rated Offeror (HTRO) source selection evaluation approach, and to discuss Joint Certification Program (JCP) certification requirements. This initiative is crucial for ensuring that the selected contractors possess the necessary technical capabilities and past performance to support Department of Defense installations effectively. Interested parties must submit their responses by 11:00 AM CST on December 19, 2025, via email to Robert Mosley and Andrew Waggoner, with proprietary information clearly marked.
    Army Sustainment Command (ASC) Logistics readiness Command (LRC) Fort Lee Full Foods Service Contract
    Dept Of Defense
    The Department of Defense, through the Mission Installation and Contracting Command (MICC) at Fort Eustis, is seeking qualified contractors to provide Full Food Service (FFS) and remote site feeding services at Fort Lee, Virginia. The contractor will be responsible for all aspects of dining facility management, including supervision, labor, equipment, materials, and supplies, while adhering to strict quality control, safety protocols, and training requirements. This procurement is crucial for supporting the Army's food service program and ensuring compliance with applicable laws and regulations. Interested parties must submit capability statements by December 16, 2025, at 12 PM EDT, to primary contact Jayson Dillard at jayson.l.dillard.civ@army.mil or secondary contact Edward Wojtan at edward.w.wojtan2.Civ@army.mil.
    SPE300-25-R-0062- SOLICITATION NOTICE-Fresh Fruit & Vegetable support for (DoD) Troops and Non-DoD USDA School customers located in the Southern Nevada Zone
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for the supply of fresh fruits and vegetables to support DoD troops and USDA school customers in the Southern Nevada Zone. This procurement is a Total Small Business Set-Aside and will utilize a Lowest Price Technically Acceptable (LPTA) source selection process, with a contract duration of five years divided into tiers. The selected contractor must be a current commercial distributor with a valid PACA license and adhere to strict quality and sourcing requirements, including compliance with USDA standards. Proposals are due by January 13, 2026, at 8:00 PM Eastern Standard Time, and interested vendors can contact Gregory Barksdale at gregory.barksdale@dla.mil or Peter Siner at Peter.Siner@dla.mil for further information.
    SPE300-26-R-0001 Subsistence Prime Vendor (SPV) Southwest Asia and Eastern Africa (SWAEA)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for the Subsistence Prime Vendor (SPV) contract to provide food and non-food items to military and federally funded customers in Southwest Asia and Eastern Africa. The selected contractor will be responsible for the supply and delivery of a wide range of products, including perishable and semi-perishable food items, as well as Food Service Operating Supplies and other operational rations, with an emphasis on understanding the complex political and security landscape of the regions involved. This contract, valued at approximately $985 million, will be awarded for a term of 60 months, divided into three pricing tiers, and proposals must be submitted digitally via DIBBS or DoD Safe by January 26, 2026. Interested vendors can reach out to Tina Frederico at tina.frederico@dla.mil or Lisa Smith at lisa.a.smith@dla.mil for further inquiries.
    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.
    Dining Facility Services - Mess Attendants & Contingency Cooks
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide Mess Attendant and Contingency Cook services at the Royal Air Force (RAF) bases in Lakenheath and Mildenhall. The contractor will be responsible for a range of food service operations, including food preparation, cleaning, cashier duties, and waste management, while adhering to professional and sanitation standards as outlined in the Performance Work Statement (PWS). These services are mission-essential and will support the Knights Table Dining Facility at RAF Lakenheath, the Hot Pit Small Site Dining Facility at RAF Lakenheath, and the Gateway Dining Facility at RAF Mildenhall. Interested parties can contact Roman Pavlovich at roman.pavlovich@us.af.mil or Kenneth Schleckser at kenneth.schleckser@us.af.mil for further details, as there is no set-aside for this opportunity and the procurement process is currently in the presolicitation phase.
    FY 26 RTI Catering
    Dept Of Defense
    The Department of Defense, specifically the Illinois Army National Guard, is soliciting proposals for catering services to provide prepared breakfast, lunch, and dinner meals for the 129th Regiment during training events from January 2 to September 25, 2026. The contract, valued at approximately $9 million, requires the selected vendor to deliver meals to designated locations, including the IMA DFAC at Camp Lincoln and Lincoln Land Community College, adhering to strict delivery protocols and food safety standards. This procurement is crucial for ensuring that military personnel receive nutritious meals during their training, with specific dietary needs and meal counts outlined in the solicitation documents. Interested vendors should direct inquiries to Stephanie Maley at stephanie.c.maley.civ@army.mil or Donald Piper at donald.g.piper6.mil@army.mil, and must comply with the submission deadlines and requirements detailed in the solicitation.
    MODULAR OPERATIONAL RATION ENHANCEMENT (MORE)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the Modular Operational Ration Enhancement (MORE), which serves as an enhancement to the Meal-Ready-to-Eat Ration (MRE) and the First Strike Ration (FSR). This procurement focuses on two specialized types of rations: Type I for High Altitude/Cold Weather and Type II for Hot Weather, designed to provide additional calories and nutrients to Warfighters operating in extreme environments. The MORE is critical for maintaining the health and performance of military personnel in areas where nutrient depletion occurs rapidly. Interested vendors can contact Julian Coppertino at julian.coppertino@dla.mil or Tiendung Nguyen at tiendung.nguyen@dla.mil for further details, with the presolicitation notice indicating the importance of adhering to rigorous packaging and inspection standards outlined in the associated documentation.