SLAC National Accelerator Laboratory - Food Service Operations
ID: FO2025_Food_ServicesType: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFSLAC Natl Accel Lab -DOE ContractorMenlo Park, CA, 94025, USA

NAICS

Food Service Contractors (722310)

PSC

SETS, KITS, OUTFITS AND MODULES, FOOD PREPERATION AND SERVING (7360)
Timeline
    Description

    The SLAC National Accelerator Laboratory, operated by Stanford University for the Department of Energy, is seeking proposals for comprehensive food service operations, including the management of the SLAC Café and catering services. The selected contractor will be responsible for providing high-quality food services to approximately 1,600 employees and guests, ensuring a diverse menu and adherence to health and safety standards. This opportunity is significant as it supports the daily operational needs of a key federal research facility, enhancing the dining experience for its community. Proposals must be submitted electronically by January 31, 2025, at 5:00 PM Pacific, and should include both technical and business components, with a fixed-price contract structure for a base period of three years and two optional one-year extensions. For further inquiries, interested parties can contact Jennifer Aral at jaral@slac.stanford.edu.

    Point(s) of Contact
    Files
    Title
    Posted
    The SLAC National Accelerator Laboratory has issued a Request for Proposal (RFP) #F&O2025 for comprehensive food service operations, including management of the SLAC Café, vending, and catering services. The winning organization will be subcontracted under SLAC's Prime Contract with the U.S. Department of Energy. Proposals must provide both a Technical and a Business Proposal, along with various required forms, such as a Small Business Subcontracting Plan (for larger businesses) and a Certificate of Liability Insurance reflecting certain stipulations. The contract is fixed-price, with a base period of three years and two optional one-year extensions. Submission deadlines are set for January 31, 2025, with operations aimed to commence on or before April 1, 2025. Additionally, Offerors must comply with the Service Contract Act and register with the System for Award Management (SAM). Overall, this RFP outlines SLAC’s intent to find a high-quality food service provider while adhering to federal guidelines and maintaining operational integrity and safety standards throughout the proposal process.
    The SLAC National Accelerator Laboratory issued a Request for Proposals (RFP) for a Firm Fixed Price Subcontract (RFP #F&O2025) regarding food service management. The document outlines guidelines for offerors to prepare their proposals, emphasizing compliance with formatting and content requirements derived from the Statement of Work (SOW). Proposals must be valid for 90 days and submitted electronically to the designated Subcontract Administrator, Jennifer Aral. Submission is divided into two volumes: Volume I focuses on the technical proposal, assessing qualifications, past experiences, food service programs, management approaches, technology use, and a transition plan. Volume II requires a business proposal that includes financial standing, contract documentation, and acceptance of terms and conditions. Offerors must address cost reasonableness and provide required documentation, including financial statements. The RFP stipulates that proposals must be organized as specified, with a focus on innovative approaches and the ability to meet SLAC's operational needs. Acceptance of SLAC's terms is critical, and any exceptions must be communicated in advance. This solicitation reflects the federal government's structured and detailed process for acquiring services that align with specific operational standards and goals.
    The SLAC National Accelerator Laboratory's solicitation outlines the evaluation criteria for awarding a subcontract related to food services. The selection process is based on a "Best Value Trade-off" approach where technical factors, such as the offeror's qualifications, understanding of requirements, management approach, and innovation, are assessed alongside cost. SLAC aims for the best overall offering that demonstrates capability and potential to meet requirements, possibly favoring higher-priced proposals with superior technical merits. Proposals are categorized into Technical and Business submissions. Key evaluation areas for the Technical proposals include company qualifications, a detailed food service program, and a feasible transition plan. Business proposals focus on financial standing and contractual documentation. SLAC will reject unrealistic offers or those deemed non-competitive. The evaluation process incorporates an adjectival rating system to assess the completeness and technical soundness of proposals, with oral presentations potentially requested from finalists. Offerors can request debriefings for feedback on their proposals. This process ensures transparency and fairness in the selection of the vendor that will best fulfill SLAC's food service needs.
    The SLAC National Accelerator Laboratory is issuing a subcontract for comprehensive food service operations, including the SLAC Café, vending machine services, and catering. This document outlines the details of the subcontract, identified as a fixed-price contract under solicitation number F&O2025. Offers must be submitted by January 31, 2025, at 5:00 PM PST. The subcontract is managed by the Board of Trustees of the Leland Stanford, Jr. University. The document provides essential information, including the contact details for the subcontract administrator, Jennifer Aral. It includes a table of contents spanning various sections such as performance specifications, delivery terms, and evaluation factors for award. The contract emphasizes that rights and obligations are subject to the terms specified, ensuring compliance with operational standards at SLAC. Overall, this represents a significant opportunity for vendors to provide food services at a key federal research facility, adhering to the rigorous specifications inherent in government requests for proposals.
    The document outlines a subcontract for comprehensive food service operations at the SLAC National Accelerator Laboratory, specifically for the SLAC Café, vending machines, and catering services. Structured as a Fixed Price Subcontract with a total duration of five years—comprising a three-year base and two optional years—the subcontractor assumes full financial risk while retaining all revenue generated from the food services. SLAC retains no financial burden regarding losses. The operational details are specified under completed tasks for both the base and option periods, with SLAC potentially evaluating the option years but not obligated to exercise them. Payment terms are listed as net 30 days, with potential discounts applicable. Overall, this subcontract exemplifies a structured governmental solicitation aimed at ensuring effective food service management within the SLAC facility, aligning with federal and state procurement standards.
    The SLAC National Accelerator Laboratory seeks a contractor to provide comprehensive food service operations, including the management of the food court, vending machines, and catering services, adhering to both SLAC and Stanford University standards. The agreement outlines the contractor's responsibilities, including maintaining a courteous service environment, ensuring food quality and safety, and offering a diverse menu that reflects cultural variety and current food trends. The contractor is accountable for staffing, equipment upkeep, and sanitation practices, with regular inspections by SLAC ensuring compliance with health regulations. Vending services must operate effectively at all designated locations with regular stock updates. The contractor must also engage in effective reporting and communication to address service operations and customer feedback. Overall, this document serves as a formal Request for Proposal (RFP) that emphasizes maintaining high standards in food service while ensuring the health and safety of the SLAC community, aligning with federal, state, and local regulations.
    The document outlines the delivery or performance terms for a subcontract between SLAC National Accelerator Laboratory, operated by Stanford University for the U.S. Department of Energy. The agreement is set to commence upon execution and has a total duration of five years, including a base period of three years followed by two optional one-year extensions. The specific start and end dates are provided for each of the contract periods, with the base period commencing on the contract execution date and ending on March 31, 2026, followed by annual terms through March 2029 for the option years. Importantly, SLAC retains the discretion to exercise or forgo the optional periods. This structure emphasizes the management of supplier relationships and performance expectations over an extended timeframe while permitting flexibility in contract continuation.
    The document outlines the General Terms and Conditions for Supply Chain Management at the SLAC National Accelerator Laboratory, which operates under the U.S. Department of Energy. It specifically mentions the incorporation of two key documents: the "SLAC Terms and Conditions for Fixed Price Commercial Supplies and Services" dated August 2023, and the "On-Site Supplemental Terms and Conditions for 'Non-Green' Services" scheduled for January 2025. These terms and conditions govern the procurement processes, ensuring compliance and standardization in acquiring commercial supplies and services in accordance with federal regulations. The document serves as a foundational reference for vendors and contractors engaged with the laboratory, underscoring the importance of adhering to these specific conditions. Overall, it maintains a formal tone suitable for governmental agreements and processes.
    The document outlines the General Terms and Conditions for Fixed Price Commercial Supplies and Services as established by the SLAC National Accelerator Laboratory under a contract with the U.S. Department of Energy. It includes crucial sections such as Definitions, Scope of Agreement, Seller Acceptance, Services, Key Personnel, Title and Responsibility, and others that detail the obligations of the Seller, acceptance criteria, quality assurances, and invoicing procedures. Key points emphasize the need for the Seller to ensure high-quality deliverables, adherence to legal and regulatory requirements, proper packaging, and compliance with tax and reporting obligations. The document mandates that all materials should be free from defects and meet specified standards, with a warranty period established to safeguard the Buyer’s interests. Additionally, it outlines processes for dispute resolution, travel reimbursement, confidentiality, and indemnity requirements, while incorporating relevant federal regulations that apply to the contract. The primary purpose is to define the contractual relationship and responsibilities to ensure successful collaboration between the Buyer and Seller in fulfilling government contracting needs.
    The document outlines the General Terms and Conditions for Non-Green Services under a subcontract rider effective January 2025. It encompasses an array of clauses addressing various aspects of subcontract execution, including incorporated references such as whistleblower protections and substance abuse programs. Key areas include the handling of Government-furnished property, worker qualifications, compliance with work hours, cooperation among contractors, and management of labor disputes. Specific environmental, safety, and health protections must adhere to local and federal regulations, emphasizing the seller's responsibility to maintain compliance and implement safety protocols. The document delineates insurance requirements, risk assumptions prior to project completion, and penalties for non-compliance relating to security measures and badge tracking. Overall, it establishes standards that ensure safety and adherence to federal guidelines, reflecting a commitment to regulated, quality subcontracting within government projects, such as those involving the Department of Energy, and underscores collaborative efforts among different parties involved in the subcontract. The terms serve as a framework for ensuring efficient and safe delivery of services in government contracts while mitigating potential risks and liabilities.
    The SLAC National Accelerator Laboratory's subcontract outlines specific terms and conditions for supply chain management, emphasizing options for increased quantities and extending subcontract terms. Key articles include provisions for continuity of services, requiring ongoing support for up to six months post-expiration if a new subcontractor has not been selected. Invoicing procedures, subcontract administration, and key personnel management are discussed, assigning responsibilities to designated representatives. Quarterly business reviews are mandated to assess subcontractor performance. Notably, a detailed list of government-furnished property is provided, along with stipulations concerning its management and replacement. The subcontract highlights adherence to the Service Contract Act wage determination, ensuring that employees receive prevailing wages. It emphasizes the subcontractor's responsibility for inspecting the work site, reporting any unforeseen conditions, and fulfilling move-out obligations at the end of the contract term. Overall, this document serves as a framework for fostering efficient collaboration between SLAC and its subcontractors within the realm of federal contracting, ensuring compliance and operational continuity.
    The document pertains to the Supply Chain Management at the SLAC National Accelerator Laboratory, managed by Stanford University for the U.S. Department of Energy. It lists five attachments that provide essential information for compliance with federal contracting standards. These include an Injury and Illness Prevention Plan Acknowledgement Form (1 page, dated May 21, 2021), a Small Business Subcontracting Plan (7 pages, dated July 24, 2024), and a Service Contract Act Wage Determination (11 pages, dated July 22, 2024). Additionally, it includes a Tax Exemption and Resale Certificate (4 pages, dated June 24, 2024) and a sample Certificate of Liability Insurance (1 page, ACORD 25 format from 2009). The document's structure allows for easy reference to critical compliance documents, essential for bidders and subcontractors involved in federal projects, ensuring adherence to applicable laws and standards. This is relevant in the context of federal procurement processes and grants, as it underscores the laboratory's commitment to regulatory compliance and responsible subcontracting practices.
    The document outlines the Injury and Illness Prevention Plan (IIPP) Acknowledgment Form for subcontractors working at the SLAC National Accelerator Laboratory. It specifies that all subcontractors must acknowledge the requirements of the Department of Energy (DOE) Worker Safety and Health Program, which can be more stringent than Cal/OSHA standards. Subcontractors are required to submit an IIPP compliance form, signed by an authorized representative, with their proposal to initiate work. They may adopt SLAC’s IIPP or provide their own, subject to approval. Furthermore, any subcontractor with employees working on-site for specific durations or participating in regulated health programs must ensure compliance with SLAC's occupational medicine requirements and provide the necessary medical provider information. This document serves to ensure an essential standard for safety and health compliance among all contractors, thereby mitigating risks in SLAC's working environment and ensuring adherence to federal and local regulations.
    The Small Business Subcontracting Plan Form outlines the requirements for large business subcontractors working with SLAC National Accelerator Laboratory on contracts exceeding $750,000. It emphasizes compliance with the Federal Acquisition Regulation (FAR) 52.219-9 by detailing essential elements necessary for formulating a subcontracting plan. Key sections include the identification of goals for small businesses across various categories, such as veteran-owned and women-owned small businesses, with expected dollar values and percentages outlined. Additionally, it requires a description of supplies and services planned for subcontracting and the methods used to establish goals. The document mandates equitable opportunities for small businesses, outlines reporting responsibilities, and underscores the flow-down clause ensuring subcontractors adhere to similar small business subcontracting plans. The plan further stipulates recordkeeping requirements to demonstrate compliance and provides a process for reporting progress, indicating timelines for submissions of Individual Subcontract Reports (ISR) and Summary Subcontract Reports (SSR). This framework highlights the government’s commitment to fostering small business participation in federal contracting, promoting equitable opportunities, and maintaining records to demonstrate compliance.
    The document pertains to a federal Request for Proposals (RFP) related to government grants and projects. It outlines a series of proposals that organizations can submit for funding to support various initiatives. The focus is on identifying unique challenges that localities or agencies face and the innovative solutions that RFP applicants can offer. Key themes include collaboration with government entities, enhancement of community services, and compliance with established regulations and standards. The document emphasizes the importance of adherence to guidelines during the proposal process, including detailed project descriptions, budget considerations, and timelines. It encourages organizations to demonstrate their capability in implementing projects efficiently while addressing specific community needs. The document also hints at potential evaluation criteria that will weigh the feasibility, impact, and sustainability of the proposed ideas. This RFP serves as a vital mechanism for allocating federal funding to projects that benefit public interests, underlining the government's commitment to fostering community development through strategic partnerships and resource optimization. It aims to ensure transparency, accountability, and innovation across funded initiatives.
    The document outlines credit references and a resale certificate from the SLAC National Accelerator Laboratory, managed under a Department of Energy contract. SLAC conducts research in fields such as material science and high energy physics, with all operational costs covered by the U.S. Government. The letter provides three credit references from different companies, along with contacts for financial inquiries at U.S. Bank. The resale certificate confirms SLAC's status as a seller engaged in tangible personal property sales, noting that all purchases are tax-exempt as they are for resale to the U.S. Government. The document emphasizes proper usage of the resale certificate to avoid misuse and outlines responsibilities for maintaining sales and tax records. It concludes with contact information for the California Department of Tax and Fee Administration, reinforcing SLAC's compliance with tax laws while engaging in its procurement activities. This summary is relevant in the context of government RFPs and grants as it reflects financial responsibility and adherence to regulatory requirements in federal research funding.
    The document pertains to the SLAC National Accelerator Laboratory, specifically focusing on the representations and certifications required for supply chain management as part of federal contracts. It outlines the necessity for completion of a supplemental form titled "SLAC National Accelerator Laboratory Representation and Certifications Supplemental Form" dated August 2022. This form is likely intended for vendors or contractors engaging with SLAC, ensuring they meet various compliance standards set by the U.S. Department of Energy and related federal regulatory bodies. The emphasis on representations and certifications indicates a commitment to responsible procurement and adherence to government policies, which is vital in the context of federal RFPs and grants. This structured approach to procurement promotes transparency and accountability in collaboration with external partners.
    The document is the Representations and Certifications Supplement associated with Stanford University's Prime Contract DE-AC02-76SF00515 with the Department of Energy for managing the SLAC National Accelerator Laboratory. It outlines essential certifications that offerors must complete and return with their proposals. Key aspects include certifying that information in the System for Award Management (SAM) is accurate, verifying enrollment in the E-Verify program, and ensuring no conflict of interest exists due to relationships with Stanford employees. It also addresses reporting requirements for toxic chemical releases if contracts exceed $100,000, and includes anti-kickback certifications and export control representations, particularly concerning nuclear and defense-related items. The document requires an authorized signature confirming compliance and accuracy of the representations made. Its purpose is to ensure transparency and regulatory compliance in federally funded contracts while protecting government interests during the procurement process.
    The document outlines the amendment and details for the RFP No. F&O2025_Food_Services for comprehensive food service operations at the SLAC National Accelerator Laboratory. It highlights the amendment's effective date as January 28, 2025, and notes significant changes, including the removal of vending machine services from the scope of work. The contract entails a fixed price subcontract for managing the SLAC Café and catering services over a base period of three years with two optional years. Key responsibilities for the contractor involve ensuring high-quality food service standards, providing a diverse and nutritious menu, and maintaining a clean and safe dining environment. It specifies operational hours for grab-and-go and lunch service and outlines service expectations, including courteous staff and prompt service. The document emphasizes the financial structure, placing risk on the subcontractor while allowing them to retain all revenue. It stipulates compliance with applicable laws and outlines the management and operational standards expected of the contractor. This RFP serves the purpose of securing a new food service operator as the current vendor ceases operations, demonstrating SLAC's commitment to improving dining options under a structured and accountable framework.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SLAC CUIR Subproject 1 – IR-12 Substation SCADA Hardware Installation Sources Sought Notification
    Energy, Department Of
    The Department of Energy, through the SLAC National Accelerator Laboratory, is seeking qualified construction contractors for the IR-12 Substation SCADA Hardware Installation as part of the Critical Utilities Infrastructure Revitalization (CUIR) Project. This Sources Sought Notice aims to identify contractors capable of executing the planned installation, which includes the demolition of existing equipment and the installation of government-furnished property, such as switchgear and communication devices. The project is critical for modernizing SLAC's utility infrastructure, ensuring reliable operations for ongoing scientific research. Interested contractors must respond by January 8, 2026, with qualifications including a minimum of five years in business and local office presence, and should direct inquiries to Quyen Weng at quyen@slac.stanford.edu.
    Pulse cable
    Energy, Department Of
    The SLAC National Accelerator Laboratory, operated by Stanford University for the Department of Energy, is seeking quotations for the procurement of 1,000 meters of high power triaxial pulse cable. The cable must meet specific technical requirements, including electrical characteristics such as a nominal characteristic impedance of 14 ohms and a maximum pulse duration of 3.7 μS, among other stringent specifications. This procurement is critical for the laboratory's operations, as the pulse cable is essential for various research and development applications in the field of general science and technology. Interested vendors must submit their best and final offers, including price and lead time, by December 20, 2025, to Anthony Chin at anthonyc@slac.stanford.edu, with adherence to the Buy American Act Certification and other specified terms and conditions.
    Inverter System
    Energy, Department Of
    The SLAC National Accelerator Laboratory, operated by Stanford University for the Department of Energy, is seeking quotations for an inverter system as part of a formal solicitation. The procurement requires four units of a specific inverter model, along with various technical components and specifications, to ensure compliance with operational standards. This equipment is critical for supporting the laboratory's research and operational capabilities, emphasizing the importance of reliability and technical performance. Interested vendors must submit their best and final offers, including pricing and lead times, by COB December 27, 2025, and direct their quotations to Anthony Chin at anthonyc@slac.stanford.edu.
    Ultrafast Mirror
    Energy, Department Of
    The SLAC National Accelerator Laboratory, operated by Stanford University for the Department of Energy, is soliciting quotes for the procurement of ultrafast mirrors, which are critical components for advanced optical applications. The specific requirements include various sizes of mirrors with precise optical coating specifications, such as Ion Beam Sputtering technology and stringent group delay dispersion criteria. This procurement is essential for supporting research and development in general science and technology, with a focus on high-performance optical systems. Interested vendors must submit their price and lead time quotations by December 23, 2025, to Jhamie Serena at Jhamieb@SLAC.stanford.edu, and comply with the Buy American Act and other certification requirements outlined in the attached documents.
    CJIS Campus Cafeteria Food Service
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for the operation and management of cafeteria services at its Criminal Justice Information Services (CJIS) campus in Clarksburg, West Virginia. The objective of this procurement is to establish food service facilities at no cost to the government, catering to approximately 3,700 personnel with a focus on nutritious menu offerings and compliance with various health and safety standards. The contract will cover a 12-month base period with four optional one-year extensions, and interested contractors must submit a detailed proposal, including a transition plan and staffing strategy, by the specified deadline. For further inquiries, potential bidders can contact Logan Swiger at lswiger2@fbi.gov or Jamie Melzer at jlmelzer@fbi.gov.
    RE-POST: Stennis MS Mini Mart Cafe zero cost contract services
    United States Government Publishing Office
    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.
    DOI Main Building Food Services RFQ
    Interior, Department Of The
    The U.S. Department of the Interior (DOI) is seeking quotes for a contract to establish and operate food concession facilities at the Stewart Lee Udall Building in Washington, D.C. The procurement aims to provide breakfast and lunch services, operate a coffee bar, and potentially offer catering, all while adhering to federal wellness and sustainability guidelines. This Total Small Business Set-Aside opportunity includes a base period of one year with four additional one-year options, and the government will supply space, utilities, and some equipment necessary for operations. Interested contractors must submit their quotes by January 16, 2026, and can contact William Rilee at William.Rilee@bsee.gov or 703-787-1757 for further information.
    Salt Lake City Military Entrance Processing Station Noon Meals
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting quotes from qualified vendors to provide noon meals for applicants at the Salt Lake City Military Entrance Processing Station (MEPS). The contract requires the provision of boxed meals, specifically submarine sandwiches and accompanying items, adhering to strict food safety and sanitation standards, with service expected Monday through Friday, and some Saturdays, excluding holidays and training days. This procurement is crucial for supporting the nutritional needs of Armed Forces applicants during their processing, ensuring they receive adequate meals in a timely manner. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by December 23, 2025, with a total estimated award amount of $47,000,000.00 for the contract period, which includes a base year and two one-year options. For further inquiries, vendors can contact Adam Buchert at adam.p.buchert.civ@army.mil or Tara E. Glass at tara.e.glass.civ@mail.mil.
    FATS AND BONES REMOVAL SERVICES AT MOFFETT FIELD
    Dept Of Defense
    The Department of Defense, through the Defense Commissary Agency (DeCA), is soliciting proposals for fats and bones removal services at Moffett Field, California. The contract requires the contractor to provide comprehensive services for the removal, pickup, and disposal of supermarket animal and fish by-products, including fats and bones, with a focus on compliance with federal, state, and local regulations. This service is critical for maintaining sanitation and environmental standards at the commissary, ensuring proper waste management and diversion from landfills. Interested small businesses must submit their proposals by December 18, 2025, at 3:00 PM EST, to Marcella Simmons or Robert French via email, with the anticipated contract period spanning from January 1, 2026, to December 31, 2030.
    Full Food Service at the Coast Guard Academy
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is preparing to issue a solicitation for a Full Food Service contract at the Coast Guard Academy located in New London, Connecticut. This contract will encompass comprehensive food service operations, including meal preparation, serving, and cleanup, to support the Academy's daily activities. The anticipated contract will be structured as a Firm Fixed Price (FFP) agreement with a base year and four option years, highlighting the importance of reliable food services in maintaining the Academy's operational efficiency. Interested vendors should monitor both SAM.gov and DHS Marketplace for the formal solicitation, expected to be released in approximately two weeks, and can direct inquiries to Maeve Schaeffer at Maeve.M.Schaeffer@uscg.mil.