Live! At the Library Catering Services
ID: 030ADV24Q0203Type: Combined Synopsis/Solicitation
Overview

Buyer

LIBRARY OF CONGRESSLIBRARY OF CONGRESSCONTRACTS SERVICESWashington, DC, 20540, USA

NAICS

Food Service ContractorsT (72231)

PSC

HOUSEKEEPING- FOOD (S203)
Timeline
    Description

    The Library of Congress seeks catering services for its weekly 'Live at the Library' events in the Thomas Jefferson Building, requiring a vendor to manage food and beverage concessions stands on Thursday evenings. The contract, valued at up to $1.5 million, aims to enhance the culinary experience for patrons attending these cultural events. With a focus on taste, diversity, and dietary accommodations, the selected caterer will create an immersive atmosphere while adhering to strict health and safety standards.

    The Library aims to engage a catering partner to ensure a seamless experience for attendees, providing a diverse menu and excellent customer service. The contract includes setup, accounting, and reporting requirements, spanning approximately 50 weeks.

    Catering for weekly cultural events, 'Live at the Library,' is a unique opportunity to showcase culinary expertise in a prestigious setting, contributing to the success of these popular events attended by up to 1,300 guests each week.

    Offers for this firm-fixed-price contract are due by the extended deadline of 19 August 2024, with key contact details provided for Brian D. Curl and Michael F. Schuman at the Library of Congress.

    Point(s) of Contact
    Brian D. Curl
    bcurl@loc.gov
    Michael F. Schuman
    mschuman@loc.gov
    Files
    Title
    Posted
    The Library of Congress seeks a vendor to provide food and beverage concessions services for weekly events, 'Live at the Library', in the Thomas Jefferson Building. The contract, a firm fixed-price arrangement, aims to engage a caterer to manage concessions stands on Thursday evenings throughout the year. The scope entails setting up concession areas, offering a diverse menu, including dietary restrictions, and ensuring high-quality service and sanitation standards. Key personnel, including a Program Manager, must be designated, with replacements requiring prior approval. Deliverables include event menus, submitted 14 days prior to each event, and concession stand setup, completed 1.5 hours before each event. The contractor is responsible for accounting and reporting, including weekly sales reports and monthly invoices. The contract administration details designated points of contact and invoice submission procedures. The period of performance spans approximately 50 weeks, with key dates specified for setup and breakdown. Evaluation criteria focus on the quality and price of the proposed food and beverage services.
    The Library of Congress issues this amended solicitation to clarify and answer questions regarding its RFP for the Great Hall's first and second floor renovations. The primary objective remains the procurement of construction services for comprehensive renovations. The scope entails extensive interior renovations, including finishes, mechanical systems, and reconfiguring spaces. Offerors must carefully review the amended questions and answers outlined in Attachment J.5. Key dates are as follows: the submission deadline is 08/07/2024 at 5:00 PM EDT. Per the initial RFP, the project timeline targets substantial completion within 14 months after contract award, with a further month for final completion. All other terms and conditions remain unchanged from the initial RFP. Offerors should carefully review the entire amended solicitation for a complete understanding of the project requirements and their implications.
    The Library of Congress seeks offers for a contract related to its Great Hall renovation. The primary objective is to procure architectural and engineering services for the project, encompassing programming, planning, design, and construction administration phases. The scope includes developing detailed floor plans for the first and second floors, incorporating wage determinations for various workers, and outlining requirements for offsite freight screening. The extended submission deadline is now August 19th, 2024. Offerors should pay particular attention to the revised Attachment J.5, which addresses key questions. Evaluations will consider factors such as technical approach, past performance, and cost, with the most emphasis on the technical merits. The contract, administered by the Contracts and Grants Directorate, is expected to be firm-fixed-price.
    The focus of this file is on clarifying the scope and requirements for catering services during live events at a library. The first question seeks to define the setup timeline, confirming an ideal arrival time of 2:00 pm for caterers. The second question requests granular attendance data to help caterers prepare for the volume of visitors, with confirmation that weeks with 2,000 visitors are rare, most weeks attracting 800 to 1,300 guests. The library's goal is to ensure caterers have a clear understanding of the event requirements and attendance patterns to enable effective planning and resource allocation.
    The focus of this RFP is on procuring catering services for cultural events branded as 'Live at the Library.' The key objective is to find a caterer to manage and provide refreshments for these events, with the potential for brand representation within the library space. The government seeks a firm fixed-price contract, emphasizing that negotiations will determine the exact price. The caterer would be responsible for setting up and managing refreshments, aligning with the event's cultural themes. Evaluation criteria include the taste and quality of food, price, and experience in managing large-scale catering events. Critical dates include a submission deadline of 08/10/2024, with the contract commencing on 09/01/2024. The library aims to lock in a catering partner for these events, with a flexible and incentivized pricing structure tied to performance.
    The file describes a request for proposals (RFP) focused on procuring food and beverage concessions services for an entity referred to as LATL. The primary objective is to establish partnerships for providing quality culinary experiences within LATL's facilities. The RFP specifies the desire for a diverse range of food and beverage options, including both traditional and unique offerings, with an emphasis on freshness and taste. LATL seeks vendors who can create an appealing and welcoming atmosphere through efficient concession setups. Potential vendors should offer a comprehensive scope of work covering all aspects of food and beverage provision, including menu planning, ingredient sourcing, preparation, and service. LATL prioritizes creativity and quality, encouraging innovative concepts and local ingredients. The RFP also emphasizes the importance of cleanliness, timely waste management, and exceptional customer service. Contract details mentioned include the desire for multiple vendors, with an estimated contract value of $250,000 to $1.5 million for each concession area. Submission deadlines are highlighted, with a pre-proposal conference scheduled for January 4, 2024, and proposal submissions due on February 1, 2024. Vendors must demonstrate their ability to meet health and safety regulations and provide references for successful concession operations. Overall, this RFP aims to engage food and beverage concessionaires to enhance the culinary offerings at LATL's facilities, creating an immersive and memorable experience for patrons.
    The government seeks proposals for setting up food and beverage concessions on the second floor of the Great Hall at LATL. The objective is to procure efficient and appealing food services for passengers, employing at least 10 feet of concession space. Vendors must provide a comprehensive solution, including equipment, staffing, and supplies, adhering to strict health and safety regulations. The contract, valued at around $250,000, is expected to run for a year, with possible extensions. Proposals are due by January 4, 2024, at 12:00 PM, and the award will be based on pricing and the ability to deliver a high-quality service.
    The U.S. Department of Labor's Wage and Hour Division issues a wage determination under the Service Contract Act for contracts in the District of Columbia, Maryland, and Virginia. It establishes minimum wage rates and benefits for various occupations. The determination covers a wide range of occupations, from administrative support to machinery operation and repair. The document also outlines fringe benefits, including health and welfare provisions, vacation days, and holiday pay. Contractors must adhere to these rates and benefits, with provisions for conforming unlisted occupations. This wage determination aims to ensure fair labor standards and define expectations for contractors working on affected service contracts.
    The Library of Congress has established a rigorous screening process for all vehicles, including trucks, cars, and vans, arriving at its Capitol Hill campus. This security measure requires vehicles to undergo careful inspection at the Off-Site Delivery Center (OSDC) before arriving at the library. Vendors must provide detailed vehicle and driver information in advance. The screening involves checking identities, processing through the NCIC, unloading and screening cargo, and sealing the vehicle. This procedure is mandatory for deliveries before 3:00 pm. After this hour, special coordination is required. The focus is on enhancing security and ensuring the safety of the Library of Congress and its staff, while also outlining a streamlined process for vendors making deliveries.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Media Asset Manager (MAM) System - Library of Congress
    Active
    Library Of Congress
    The Library of Congress is seeking proposals for a centralized Media Asset Management (MAM) system to enhance the management of its diverse digital media assets across multiple departments. The primary objective is to automate the processes of file sharing, organization, retrieval, and metadata tagging, thereby improving efficiency and cohesion among the Multimedia Group, Office of Communications, and Design Office. This MAM solution must support various media formats, integrate with existing hardware and software systems, and comply with accessibility standards, ensuring high availability and robust security measures. Interested vendors should submit their proposals by September 9, 2024, with inquiries directed to primary contact Olexiy Levchuk at olevchuk@loc.gov or secondary contact Ramon Samuel at rsamuel@loc.gov.
    Provide Food Catering Services
    Active
    State, Department Of
    The U.S. Embassy in New Delhi is seeking qualified vendors to provide food catering services as outlined in the solicitation amendment no. 191IN6524Q0139. The procurement aims to secure reliable catering services, which are essential for supporting embassy functions and events, ensuring high-quality food service for staff and guests. The amendment specifies a revised submission deadline of September 3, 2024, by 1700 hours local Indian Standard Time, and emphasizes the importance of adhering to submission guidelines to avoid rejection of quotations. Interested parties can direct inquiries to Ashok Chellaramani at ChellaramaniA@state.gov or Chaitanya Sharma at sharmac@state.gov for further clarification.
    DEPARTMENT OF ENERGY (DOE) FORRESTAL BUILDING DINING SERVICES
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking a contractor to provide dining services at the Department of Energy's Forrestal Building in Washington, DC. The contract, which will commence on January 6, 2025, is a No Cost five-year base contract with two optional five-year extensions, focusing on operating the main cafeteria and a snack bar while ensuring quality food service and sustainable practices for a diverse workforce. Key responsibilities include menu development emphasizing health and sustainability, compliance with federal guidelines, and maintaining cleanliness and sanitation standards. Interested parties should attend a pre-bid conference on September 11, 2024, and submit proposals by October 8, 2024, with all inquiries directed to Patricia Davis at patricia.davis@gsa.gov.
    185th Engr Co - Catered Meal Prepared and Served out of Contractors Facility and/or Government Pick-up
    Active
    Dept Of Defense
    The Department of Defense, specifically the Maine Army National Guard (MEARNG), is seeking proposals for catered meal services to be prepared and served from a contractor's facility or available for government pickup in support of training events for the 185th Engineer Company. The procurement requires qualified caterers to provide specific meals and quantities as outlined in the Performance Work Statement (PWS), with the contract falling under NAICS Code 722320 and PSC Code S203. This opportunity is crucial for ensuring that the troops are adequately nourished during their training, and the contract period spans from October 19, 2024, to September 7, 2025. Interested vendors must register in the System for Award Management (SAM) and submit their offers electronically, with all relevant documentation available at www.sam.gov. For inquiries, contact Darlene Howes at darlene.r.howes.civ@army.mil or Daniel Bibeau at daniel.s.bibeau.mil@army.mil.
    Request for Information - Curtain Motor Replacement
    Active
    Library Of Congress
    The Library of Congress is seeking information from vendors regarding the replacement of its theater stage curtain motor and associated services. The National Audio-Visual Conservation Center requires a new motor that allows for variable speed adjustment, as well as cleaning and repair services for the existing curtain and valance. This initiative is crucial for maintaining the functionality and aesthetic of the theater stage, which features two curtain panels measuring 24’1” x 28’0” and a valance panel measuring 5’8” x 34’0”. Interested vendors are encouraged to submit capability statements, rough order magnitude estimates, and feedback on the draft Statement of Work to the primary contact, James Robinson, at jarobinson@loc.gov, or the secondary contact, Lianne Carroll, at lcarroll@loc.gov. This Request for Information (RFI) is part of market research and does not guarantee future contracts or reimbursements for participation.
    Intent to Sole Source - Raiser's Edge (RE NXT Renewal Subscription)
    Active
    Library Of Congress
    The Library of Congress intends to sole source a contract for the renewal of its subscription to the Raiser’s Edge NXT software, which is critical for its fundraising and event management operations. This procurement will encompass training, software upgrades, patches, troubleshooting, and hotline support, ensuring the Library maintains continuity in its operations. The justification for this sole-source acquisition highlights the proprietary nature of the software and the significant challenges associated with transitioning to an alternative system. The contract is expected to run from November 2024 to October 2028, with an estimated total value linked to multiple option periods. Interested parties can contact Kevin Barnes at kbarnes@loc.gov or 202-251-8024 for further information.
    Talking Book Software Fees-AMR-WB+ - Intent to Sole Source
    Active
    Library Of Congress
    The Library of Congress intends to award a sole-source firm-fixed price contract to VoiceAge Corporation for the procurement of Extended Adaptive Multi-Rate Wideband (AMR-WB+) software licenses. This contract is essential for ensuring high-quality audio transmissions for the Library's Digital Talking Books and related applications, as VoiceAge holds the exclusive patents necessary for these licenses. The contract, valued between $25,000 and $250,000, will be performed over a 12-month period at the contractor's facility in Washington, D.C. Interested parties can direct inquiries to James Robinson at jarobinson@loc.gov or Brenda Kinlay at bkinlay@loc.gov.
    SMITHSONIAN INSTITUTION -IDIQ for Packing and Shipping Museum, Archives, and Library Collections
    Active
    Smithsonian Institution
    The Smithsonian Institution is seeking experienced vendors to submit proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on packing and shipping its museum, archive, and library collections. The primary objective of this procurement is to establish a reliable framework for managing various collection-related tasks, including installation, deinstallation, research, and storage, while emphasizing sustainable practices and eco-friendly materials. This contract will be awarded for an initial term of one year, with the possibility of nine one-year extensions, and requires vendors to demonstrate recent relevant experience in handling museum-quality collections. Interested parties must submit their proposals by October 1, 2024, at 12 p.m. EST, and can direct inquiries to Debra Berke at berked@si.edu or Susan Engelhardt at engelhardts@si.edu.
    FCC Allenwood Box Meals September FY24
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at FCC Allenwood, is seeking proposals for the procurement of boxed meals for September FY24 under solicitation number 15B20124Q00000018. The contract requires the delivery of 10,500 units of various meal kits, including Meat & Cheese and Meat & Peanut Butter options, to support the dietary needs of inmates. This procurement is crucial for maintaining food supply standards within federal prison facilities and is set aside for small businesses, with evaluations based on technical capability, pricing, and past performance. Interested vendors must submit their quotes electronically to Ryan Vincenzes by September 10, 2024, with delivery expected by October 4, 2024, and are encouraged to comply with all federal contracting regulations.
    Full Line Food and Beverage Support for DLA customers in the states of Missouri and Illinois and Surrounding areas
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking a contractor to provide Full Line Food and Beverage Support for its customers in Missouri, Illinois, and surrounding areas. The procurement involves delivering various subsistence items from the federal supply group, requiring a "just in time" delivery model, with services expected to commence within 120 days post-award. This contract is crucial for ensuring timely and efficient supply of both perishable and semi-perishable food products to military and other government entities. The maximum contract value is approximately $540.6 million, with proposals evaluated based on the Lowest Price Technically Acceptable criteria. Interested parties can reach out to Dakota Donnelly at dakota.donnelly@dla.mil or Vance S. Corey at vance.corey@dla.mil for further information, with the Request for Proposal (RFP) anticipated to be posted in October 2024.