RFP for Food Service Operations at the Smithsonian National Zoo
ID: 250268-0000Type: Solicitation
Overview

Buyer

SMITHSONIAN INSTITUTIONSMITHSONIAN INSTITUTIONSMITHSONIAN INSTITUTIONARLINGTON, VA, 22202, USA

NAICS

Food Service Contractors (722310)

PSC

HOUSEKEEPING- FOOD (S203)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Smithsonian Institution is seeking proposals for the management and operation of food and beverage services at the National Zoo and Conservation Biology Institute in Washington, D.C. This opportunity encompasses the operation of three restaurants, two cafés, mobile food carts, food vending machines, and catering services, with a strong emphasis on sustainability and high-quality visitor experiences. The contract will initially span three years, with options for two additional two-year extensions, and proposals must be submitted by 12:00 PM Eastern time on September 26, 2025. Interested parties should direct inquiries and proposals to Laura Eichorn at eichornl@si.edu, and are encouraged to review the attached RFP documents for detailed requirements and conditions.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment No. 5 to RFP #250268-0000 by the Smithsonian Institution details revisions and answers questions for food service operations at the National Zoo. Key updates include extending the proposal due date to October 14, 2025, and clarifying corporate oversight requirements. The document addresses numerous vendor questions regarding pricing, current operations (multiple vendors exist), contract timelines (awards Jan-Feb 2026), and desired concepts (open to all ideas). It outlines equipment ownership, POS systems, and internet access responsibilities, largely placing costs on vendors. Catering services are optional, with the Zoo’s Office of Special Events handling event rentals and clients selecting vendors. The Zoo can accommodate 3 events simultaneously and requires all event materials and trash to be removed post-event. Specifics on mobile units, menu flexibility, and financial aspects like utility charge-backs ($24,000/year per location) and attendance data (1.6M in 2024) are provided. All coffee must be Bird Friendly. Vendors are responsible for staffing, background checks, and uniforms. Insurance requirements are strict, including $2M general liability and $2M for alcohol service. This amendment clarifies operational, financial, and logistical expectations for prospective food service contractors.
    Amendment No. 6 to RFP No. 250268-0000, issued by the Smithsonian Institution on November 21, 2025, pertains to Food Service Operations at the National Zoo and Conservation Biology Institute. This amendment is exclusively for offerors who submitted a proposal by the original deadline of October 14, 2025, and were notified of its receipt. Offerors wishing to revise their proposals must submit them via email to Laura Eichorn (eichornl@si.edu) by 12:00 P.M. Eastern time on December 2, 2025. If no revisions are needed, offerors are courteously requested to confirm this to Ms. Eichorn by the same deadline; otherwise, their original proposal will be evaluated. New proposals are not being accepted.
    Amendment No. 1 to Request for Proposals (RFP) No. 250268-0000, issued by the Smithsonian Institution for Food Service Operations at the National Zoo and Conservation Biology Institute, has been released. This amendment specifically modifies Appendix B, the Sample Concession Agreement, along with its Appendices D and E, which pertain to Additional Zoo Policies and the Weather Policy. The original Appendix B has been entirely replaced with a revised version dated 2025-08-19. All other terms and conditions of the initial RFP remain unchanged. This amendment ensures that prospective bidders receive the updated terms and conditions for the food service operations contract.
    Amendment No. 2 revises the Smithsonian Institution's Request for Proposals (RFP) No. 250268-0000 for Food Service Operations at the National Zoo and Conservation Biology Institute. Key changes include a scheduled walk-through of facilities on September 3, 2025, from 11:00 am to 1:00 pm EST. The deadline for questions from offerors is now September 8, 2025, by 12:00 pm EST, and proposals are due by October 6, 2025, at 12:00 pm EST. Food truck concessions have been added to the RFP, with specific provisions; the requirement for a single vendor to operate a minimum of two mobile carts does not apply to food trucks, and a sample Food Truck Concession Agreement (Appendix D) has been included. All other terms and conditions of the original RFP remain unchanged.
    Amendment No. 3 to Request for Proposals No. 250268-0000 details an optional site visit for the Food Service Operations at the National Zoo and Conservation Biology Institute. The visit is scheduled for Wednesday, September 3, 2025, from 11:00 am to 1:00 pm EST. Attendees should notify Treffaney Lowe at LoweTr@si.edu if they plan to attend, especially if driving, to arrange free parking in Lot A. Participants will meet at the Zoo's visitor center near the main entrance by Connecticut Avenue and will be joined by Treffaney Lowe and Ashlie Baker. The two-hour tour will commence at 11:00 am and will include viewing 'back of house' facilities, with any photography restrictions shared at the start.
    The Smithsonian Institution has issued Amendment No. 4 for its Request for Proposals (RFP) No. 250268-0000 concerning Food Service Operations at the National Zoo. This amendment alerts potential proposers to a scam where a third party, specifically "INNOVATIVE IT SOLUTIONS LLC," is falsely soliciting quotations for this RFP. The Smithsonian explicitly states that this third party is not affiliated with them and warns against sending any company information, proprietary data, or proposals to them or any other unauthorized third party. All official correspondence and proposals must be directed solely to Laura Eichorn at eichornl@si.edu. Additionally, the Smithsonian is currently reviewing questions received and will soon publish an amendment containing answers and an extension to the proposal due date.
    This Concession Agreement outlines the terms for a Contractor to operate food and beverage services at the Smithsonian's National Zoo. Key aspects include adherence to high food service standards, comprehensive sustainability practices, and compliance with all health and safety regulations. The agreement details operational responsibilities, facility upgrades, hours, deliveries, and subcontracting. It also specifies personnel requirements, food procurement, pricing, and the non-exclusive nature of the contract. Financial arrangements, including definitions of gross receipts, concession fees, and reporting requirements, are thoroughly described. The document emphasizes rigorous accounting, auditing, and adherence to Smithsonian policies, ensuring a high-quality visitor experience and efficient operation for the three-year term with potential extensions.
    The Smithsonian Institution's National Zoological Park (the Zoo) is seeking a concessionaire to provide food truck services for a three-year term, with potential extensions. The agreement outlines strict vendor duties, including compliance with all laws, obtaining necessary licenses, maintaining cleanliness, and ensuring personnel are ServSafe® certified. Vendors must carry extensive insurance coverage, including commercial general liability, property damage, business interruption, workers' compensation, criminal liability, and auto insurance, with the Smithsonian listed as an additional insured. The agreement also details indemnification clauses, prohibitions on certain products (e.g., raw sprouts, unpasteurized milk, single-use plastic bottles), and requirements for food safety, quality assurance, and credit card payment security. Vendors must also adhere to confidentiality, privacy, data security, background check, and ethical conduct requirements. Compensation to the Smithsonian is 30% of net sales, paid weekly. The Smithsonian reserves the right to terminate the agreement for various reasons, including default, convenience, danger to health/safety, underreporting sales, unauthorized products, fraud, or criminal conduct. Vendors must comply with Zoo-specific policies, including operating hours, event participation, delivery schedules, parking restrictions, and a dress code. The agreement also includes provisions for dispute resolution, civility, and restrictions against vendors owned or controlled by U.S. Government Countries of Concern.
    This Concession Agreement outlines the terms between the Smithsonian Institution (National Zoo and Conservation Biology Institute) and a selected contractor for food and beverage services at the Zoo. The agreement details the contractor's responsibilities for operating restaurants, cafes, and mobile carts, emphasizing high standards of performance, sanitation, and customer service. Key provisions include adherence to health and safety regulations, implementation of a comprehensive sustainability plan (e.g., waste diversion, compostable serving ware, Bird Friendly® coffee), and compliance with specific operational requirements such as hours, deliveries, and signage. The contractor is responsible for maintenance, equipment, and personnel management, including staff training and adherence to professional conduct. Financial arrangements cover concession and catering fees, reporting requirements, and accounting practices. The agreement is non-exclusive, allowing the Smithsonian to contract with other food service providers. It also details terms for potential catering services, facility upgrades, and compliance with various policies and regulations.
    This document outlines a vending agreement between the Smithsonian Institution (on behalf of the National Zoological Park) and a selected company for food vending concession services. The agreement details the scope of services, including installation, maintenance, and operation of vending machines, excluding non-public, non-food, and retail shop vending. Key provisions cover access to Zoo facilities, term of agreement (two years with potential extensions), equipment requirements (company-owned and maintained), operational standards (including product variety, pricing, and hours), staffing, marketing, and capital investment. Financial terms include a monthly percentage fee of gross sales. The document also addresses accounting, cleaning, safety, security, privacy, authorized representatives, permits, licenses, taxes, warranties, indemnification, and insurance requirements. Termination clauses cover breaches, harm to Smithsonian, mutual consent, and bankruptcy, with specific sections surviving expiration or termination. The Smithsonian retains significant approval rights over various aspects of the vending operation, emphasizing compliance with its standards and policies.
    The Smithsonian Institution's National Zoo and Conservation Biology Institute is soliciting proposals for managing and operating food and beverage services. This Request for Proposals (RFP) covers three restaurants, two cafés, a minimum of seven mobile food carts, food vending machines, and catering services across its Washington D.C. campus. The Zoo seeks innovative concepts that enhance visitor experience, prioritize fresh, local, and diverse food options (including vegan, vegetarian, and gluten-free), and commit to sustainability, including eliminating single-use plastic bottles and supporting composting. Proposals must demonstrate experience in high-volume food delivery, profitable operations, strong management, and a commitment to superior customer service and facility maintenance. The contract term is an initial three years with two two-year extension options. Important deadlines include August 29, 2025, for questions and September 26, 2025, for proposal submissions. The Smithsonian reserves the right to award contracts to one or more offerors.
    Lifecycle
    Title
    Type
    Similar Opportunities
    CJIS Campus Cafeteria Food Service
    Buyer not available
    The Department of Justice, through the Federal Bureau of Investigation (FBI), is soliciting proposals for cafeteria food services at its Criminal Justice Information Services (CJIS) Division campus in Clarksburg, West Virginia. The objective of this procurement is to establish a no-cost contract for the contractor to operate, manage, and maintain two cafeterias with integrated coffee bars, providing on-campus catering services while adhering to health and safety standards. This service is crucial for ensuring that FBI personnel have access to nutritious food options 24/7, thereby supporting employee morale and operational efficiency. Interested contractors must submit their proposals, including a sample menu and pricing, by the specified deadlines, and can direct inquiries to primary contact Logan Swiger at lswiger2@fbi.gov or secondary contact Jamie Melzer at jlmelzer@fbi.gov.
    Solicitation of a Concession Business Opportunity to Operate Food and Beverage, Retail, and Other Services within Great Basin National Park
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for a ten-year concession contract to operate food and beverage, retail, and other services within Great Basin National Park, located in Baker, Nevada. Interested parties are required to submit a "Notice of Intent to Propose" by February 25, 2026, and must provide their electronic proposals by March 25, 2026, to be considered for the contract. This opportunity is significant as it supports the park's visitor services and enhances the overall experience for guests. For inquiries, contact Mark Juretschke at markjuretschke@nps.gov, and ensure to check the NPS Commercial Services website for the prospectus and any updates.
    RE-POST: Stennis MS Mini Mart Cafe zero cost contract services
    Buyer not available
    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.
    PRESOLICITATION SYNOPSIS: FOREIGN AFFAIRS SECURITY TRAINING CENTER FACILITY STAFFING AND CAFETERIA OPERATIONS
    Buyer not available
    The Department of State is seeking a qualified Foodservice Contractor to operate the dining service program at the Foreign Affairs Security Training Center (FASTC) located in Blackstone, Virginia. The contractor will be responsible for providing a diverse menu that accommodates various dietary needs, including vegetarian, vegan, organic, and options for individuals with specific medical, cultural, or religious requirements. This procurement is critical for supporting the training and professional development of Department of State personnel and other eligible individuals, ensuring they receive quality food services during their training programs. Interested offerors must possess a Secret level facility clearance and are encouraged to express their interest to Patrick Jones at jonespr@state.gov, with the solicitation anticipated to be released in January 2026. All proposals must be submitted within approximately 30 days of the solicitation posting on Sam.gov.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    FY 26 RTI Catering
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for catering services to provide prepared breakfast, lunch, and dinner meals for the 129th Regiment (Regional Training Institute) of the Illinois Army National Guard during training events from January 2 to September 25, 2026. The contract, valued at approximately $9 million, is a small business set-aside and will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method, requiring adherence to strict food safety, sanitation, and delivery protocols as outlined in the Statement of Work. This procurement is crucial for ensuring that military personnel receive nutritious and varied meals during their training, with specific meal plans detailed in the accompanying documents. Interested vendors must submit their quotes by December 19, 2025, and can direct inquiries to Stephanie Maley at stephanie.c.maley.civ@army.mil or Donald Piper at donald.g.piper6.mil@army.mil.
    Solicitation of a Concession Business Opportunity to Operate Guided Horseback Rides, Horse Boarding, and Horse Camp Services within Point Reyes National Seashore
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate guided horseback rides, horse boarding, and horse camp services at Point Reyes National Seashore. This opportunity requires an estimated investment of $346,000 and is projected to generate between $304,000 and $336,000 in revenue during the first year, contributing to the enhancement of park operations and regional economic development. Interested entities are encouraged to attend a site visit on December 10, 2025, with proposals due electronically by February 26, 2026; for further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Amendment 1: A Concession Business Opportunity to provide Lodging, Campgrounds, Food & Beverage, Retail, Marina, and Other Services within Grand Teton National Park
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a Concession Contract to provide a range of services including lodging, campgrounds, food and beverage, retail, and marina operations within Grand Teton National Park. The contract is set to commence on January 1, 2027, and aims to enhance visitor experiences by offering diverse recreational and hospitality services in one of the nation's premier natural settings. Interested parties must submit electronic proposals by January 6, 2026, following a notice of intent by December 16, 2025, and are encouraged to direct any questions to Erica Harris at imrconcessions@nps.gov by October 14, 2025.
    RTI 13M Schoolhouse Meals
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the RTI 13M Schoolhouse Meals contract, which involves providing three daily meals for scheduled training at the Regional Training Institute in Sioux Falls, South Dakota. The contractor will be responsible for all personnel, equipment, tools, materials, supervision, and quality control necessary to deliver meal services from April 16th to November 20th, 2026. This service is crucial for supporting the training operations at the institute, and the contract will be awarded as a Firm Fixed Price under a Total Small Business Set-Aside. Interested vendors must submit their quotes via email by January 7th, 2026, and all inquiries should be directed to Andrew Kennedy by December 11th, 2025, with responses expected by December 17th, 2025.
    R--Indian Art and Craft Shop Operations RFP
    Buyer not available
    The Bureau of Indian Affairs, part of the Department of the Interior, is seeking proposals for the operation of the Indian Art and Craft Shop located in Washington, D.C. This Request for Proposals (RFP) outlines a five-year concession contract, with the possibility of a five-year renewal, aimed at managing the retail sale of authentic Indian arts and crafts, as well as providing cultural education and event programming. The selected concessionaire must comply with the Indian Arts and Crafts Act of 1990 and adhere to historic preservation standards, with a strong preference for Indian-owned businesses, although non-Indian entities are also encouraged to apply. Proposals are due by January 15, 2026, and must include detailed plans addressing authenticity, support for Indian artisans, operational capabilities, marketing strategies, and financial resources. Interested parties can reach out to Terence Lord at terence.lord@bia.gov for further inquiries.