CJIS Campus Cafeteria Food Service
ID: 15F06726R0000029Type: Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL BUREAU OF INVESTIGATIONFBI-JEHWASHINGTON, DC, 20535, USA

NAICS

Food Service Contractors (722310)

PSC

HOUSEKEEPING- FOOD (S203)
Timeline
    Description

    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.

    Point(s) of Contact
    Logan Swiger
    lswiger2@fbi.gov
    Jamie Melzer
    jlmelzer@fbi.gov
    Files
    Title
    Posted
    The provided document is a comprehensive list of food and beverage items, categorized by serving size or quantity, typically found in a cafeteria or food service setting. The list includes a wide range of options, from various coffee sizes, fresh juices, and fountain drinks to an extensive selection of breakfast items such as oatmeal, bagels, biscuits, and multiple breakfast sandwich options. It also features lunch and dinner items like different types of sandwiches (BLT, Italian, Club, various salad sandwiches, burgers, and quesadillas), chicken tender strips, and sides such as French fries, mozzarella sticks, onion rings, and tater tots. Main entrees, a salad bar, and soups/chili are also listed. Additional items include desserts, condiments, and extra portions of meat, cheese, or vegetables. The document's purpose, likely for a government RFP or grant, is to solicit pricing for these items, as indicated by the
    The Standard Form 33 (SF33) document serves as a comprehensive Solicitation, Offer, and Award form, primarily used for federal government procurements under the Defense Priorities and Allocations System (DPAS) as per 15 CFR 700. It outlines the process for soliciting offers for supplies or services, detailing sections such as the schedule, contract clauses, and instructions for offerors. Key elements include provisions for offeror identification, solicitation details, proposal submission guidelines, and terms for contract acceptance. The form also covers aspects like discount for prompt payment, acknowledgment of amendments, and the framework for government award, including accounting, appropriation, and the contracting officer's details. It categorizes solicitations as either sealed bid (IFB) or negotiated (RFP), ensuring a structured approach to federal contracting.
    The Attachment J-11 Validation Checklist outlines the submission requirements for the CJIS Campus Cafeteria RFP. It details the page limitations and content for each of the five required volumes: Technical, Management, Past Performance, Price, and Contract Documents. Key submission items include technical and management proposals (20 pages each), a past performance proposal (15 pages), a price narrative (15 pages), and an executive summary (1 page). The checklist also specifies general formatting, required company data (CAGE, DUNS, TaxID, Business Size), and essential attachments like key personnel resumes and a sample menu item price template. Notably, it indicates that the executive summary and some company identifier information 'Did Not Meet' requirements, suggesting areas for improvement or non-compliance.
    This government file, Wage Determination No. 2015-4353 Revision No. 29, issued by the U.S. Department of Labor, outlines the minimum wage rates and fringe benefits for service contract workers in specific West Virginia counties. It details compliance requirements for Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts awarded on or after January 30, 2022, and between January 1, 2015, and January 29, 2022, respectively, for the year 2025. The document lists numerous occupational categories with corresponding hourly wage rates, along with provisions for health and welfare benefits, paid vacation, and eleven paid holidays. It also includes special provisions for computer employees, air traffic controllers, and weather observers regarding exemptions, night, and Sunday pay. Hazardous pay differentials for work with ordnance and uniform allowance requirements are specified. The document concludes with the conformance process (SF-1444) for unlisted occupations, ensuring fair compensation and compliance with the Service Contract Act.
    This government file is an inventory of kitchen and food service equipment, likely for procurement or asset management within federal, state, or local government facilities. The document lists a comprehensive range of commercial kitchen items from various manufacturers, including mobile hot food cabinets, garbage disposers, dishwashers, refrigerators, mixers, slicers, food processors, coffee brewers, ovens, tilting kettles, braising pans, ranges, combi ovens, walk-in coolers and freezers, ice machines, fryers, griddles, display units, and beverage dispensers. The inventory is divided into general kitchen equipment and specific items for the "CJIS Main Kitchen Equipment," indicating multiple operational areas or phases. Each entry includes the quantity, description, manufacturer, model number, and an ID, providing detailed specifications for each piece of equipment.
    This government file is a template for a Key Personnel Résumé, designed for submissions related to federal government RFPs, federal grants, or state and local RFPs. The template provides a structured format to detail a candidate's qualifications, education, certifications, and professional experience. It includes sections for the position, offeror, candidate's name, a summary of qualifications, educational background with institutions and degrees, and up to five professional experiences with company names, positions held, and descriptions of work performed. This standardized format ensures that all necessary personnel information is presented clearly and consistently for evaluation in competitive bidding or grant applications.
    The provided file, structured with 'Page Number,' 'Question,' and 'Answer' fields, appears to be a template or an empty document. As such, it does not contain any substantive information, main topics, key ideas, or supporting details to summarize. Its purpose is likely to serve as a framework for an upcoming Request for Proposal (RFP), federal grant application, or a state/local RFP. Without content, it is impossible to extract any specific themes related to government initiatives or projects. The document merely presents a structure for future questions and answers.
    The FD-857a (9-9-2016) document is a Nondisclosure Agreement between an individual and the Federal Bureau of Investigation (FBI). Its purpose is to legally bind individuals granted access to FBI facilities, ensuring the protection of sensitive information. The agreement defines sensitive information, outlines procedures for handling inadvertent exposure, and emphasizes that unauthorized disclosure can lead to termination of the relationship with the FBI and potential criminal prosecution under U.S. federal laws, including Title 18, U.S. Code. Signatories acknowledge their understanding of these obligations, the property rights of the FBI over such information, and the requirement to return all sensitive materials upon demand or conclusion of their relationship. The agreement also clarifies that its restrictions do not supersede existing federal laws regarding disclosures to Congress or whistleblower protections. This document ensures the safeguarding of sensitive FBI information and outlines the legal ramifications for any breaches.
    The provided document is a
    The FBI uses a Customer Satisfaction Questionnaire for Cafeteria Services to evaluate potential contractors' past performance. The questionnaire requires offerors to provide their company details, contract information, and contact person. Customers then assess the contractor's services on a pass/fail basis across various aspects, including equipment maintenance, license and permit adherence, operational hours, staff conduct, menu variety and pricing, cleanliness, and transition plan execution. The form also asks customers to describe their most satisfying experience, satisfaction with operational availability, and whether they would recommend the provider. This detailed feedback helps the FBI determine a contractor's suitability, focusing on quality assurance and service delivery.
    Attachment J9 is an Acquisition Risk Questionnaire designed for organizations seeking federal government contracts, grants, or state and local RFPs. The questionnaire assesses potential foreign influence or control within the organization. It requires detailed disclosure regarding foreign ownership (direct or indirect) exceeding 5%, ownership of foreign interests by the organization, and the presence of non-U.S. citizens in key management or board positions. The document also probes for foreign influence over appointments, contractual agreements with foreign entities, and any indebtedness or liabilities to foreign interests. Furthermore, it asks about income derived from foreign sources, undisclosed beneficial owners of securities, and corporate officers holding positions with foreign interests. The questionnaire aims to identify and mitigate risks associated with foreign control that could impact national security or the integrity of government engagements.
    The Federal Bureau of Investigation (FBI) is seeking proposals for cafeteria and food services at its Criminal Justice Information Services (CJIS) Division campus in Clarksburg, WV. This Request for Proposal (RFP) is for a no-cost contract, with a 12-month base period and four one-year option periods, requiring the contractor to operate and manage two cafeterias with integrated coffee bars and provide on-campus catering services. The contractor will be responsible for all operational costs, staffing (including certified chefs and managers), menu development with nutritional labeling, and adherence to health and safety standards. The RFP prioritizes blind persons licensed by a State Licensing Agency in accordance with the Randolph-Sheppard Act. Key aspects include providing 365/24/7 food options, accepting debit/credit cards, using biobased products, and submitting various reports on sales, expenses, and quality assurance. A smooth transition plan is crucial due to the impact on employee morale. The government will provide the space, utilities, pest control, and maintenance of large government-owned equipment, while the contractor is responsible for all other equipment and supplies. All contractor personnel require security clearance.
    The Federal Bureau of Investigation (FBI) Criminal Justice Information Services (CJIS) Division issued a Request for Proposal (RFP) on December 5, 2025, for no-cost cafeteria and food services at its Clarksburg, West Virginia campus. The RFP covers a 12-month base period and four one-year option periods, requiring the contractor to operate two cafeterias with integrated coffee bars and provide on-campus catering for approximately 3,700 personnel. Key requirements include offering nutritious menus approved by a dietitian, continuous food access (including grab-and-go options for 24/7 operations), adherence to the Randolph-Sheppard Act, and compliance with strict sanitation, safety, and bio-based product standards. The contractor is responsible for staffing, equipment not provided by the government, and various operational reports. Key personnel, including a Certified Chef, Manager, and Assistant Manager, must meet specific qualifications and certifications. The government will provide facilities, utilities, pest control, and maintenance for large government-owned equipment. The contractor must submit a detailed transition plan, a staffing plan, and a quality assurance plan. Billing will be electronic through the Invoice Processing Platform (IPP).
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Gilmer, is seeking to procure meals to feed the inmate population due to unforeseen circumstances, indicating an immediate need for food supplies. This procurement falls under the category of food, oils, and fats, with the associated PSC code being 8945. The urgency of this requirement highlights the critical nature of providing sustenance to inmates, ensuring their basic needs are met in a timely manner. Interested vendors can reach out to Christine Lindon at clindon@bop.gov or by phone at 859-255-6812 for further details regarding this opportunity.
    FCI Beckley 2nd Qtr FY 2026 Bread
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons at FCI Beckley, is seeking bids for the procurement of bread products for the 2nd Quarter of Fiscal Year 2026. This contract includes specific requirements for various types of bread, including hamburger buns, wheat bread, and hot dog buns, with a focus on compliance with federal, state, and local food regulations. The goods are essential for the dietary needs of the facility, and all bids must be submitted via email or hand delivery by December 31, 2025, at 11:00 PM Eastern Standard Time. Interested vendors must be registered in the SAM system and can contact Shawn Thacker or Chad Runyon for further information.
    RFP - Medical Evaluations and Services
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for a Request for Proposal (RFP) to establish a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for Medical Evaluations and Services. The primary objective of this procurement is to acquire professional occupational health services through a nationwide patient physician network, which will provide medical examinations and related services for prospective and current FBI employees, including fitness-for-duty exams, immunizations, and lab work. This contract is crucial for supporting the FBI's global mission and ensuring compliance with national medical standards and federal regulations, including HIPAA and OSHA. Interested vendors should direct inquiries to Robert Shifflet at rtshifflet@fbi.gov or Robert Bruce at rebruce@fbi.gov, with proposals due by the specified deadline, and the contract is expected to span a base year with four option years and a potential six-month extension.
    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.
    FBI Police Uniforms
    Justice, Department Of
    The Department of Justice, Federal Bureau of Investigation (FBI), is soliciting proposals for the procurement of police uniforms under Request for Proposal (RFP) 15F06725R0000235. This opportunity is a total small business set-aside for a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, which includes one base year and four option years, with a maximum value of $2,500,000 and a guaranteed minimum of $500,000. The uniforms are essential for maintaining a professional appearance and operational effectiveness among FBI personnel, requiring contractors to provide both brand-name and "brand name or equal" items, as well as local tailoring services within a 50-mile radius of FBI headquarters in Washington, D.C. Interested vendors must submit their proposals, including samples, by January 9, 2026, at 5:00 PM ET, and can direct inquiries to Ricardo Tiggle at rtiggle@fbi.gov.
    Install Utilities & Culinary Equipment- FPC Alderson
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to install utilities and culinary equipment at the Federal Prison Camp (FPC) Alderson in West Virginia. The project requires contractors to provide all necessary labor, materials, and equipment, with a performance period of 112 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project value between $250,000 and $500,000, and bids are due by January 27, 2026, at 11:00 AM CST. Interested bidders must register in SAM.gov and may contact Alex Jackson at a4jackson@bop.gov for further information.
    Facilities Technology Management (FTM)
    Justice, Department Of
    The Federal Bureau of Investigation (FBI) is seeking industry feedback through a Request for Information (RFI) related to its Facilities Technology Management (FTM) initiative. The primary objectives include providing operations and maintenance support for the TRIRIGA system until its end of life in September 2027, as well as conducting a comprehensive systems assessment to optimize the FBI's facilities technology portfolio. This assessment will involve evaluating existing systems and market-available options, focusing on requirements alignment, cost analysis, and risk assessment. Interested vendors are encouraged to submit capabilities statements by December 23, 2025, and may have the opportunity to participate in a Reverse Industry Day based on their submissions. For further inquiries, contact Tammy Clark at tjclark2@fbi.gov or 304-476-3678, or Marie Agrinzoni at meagrinzoni@fbi.gov.
    Joint Base Andrews Executive Flight Kitchen Food Service Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide executive flight kitchen food service support at Joint Base Andrews in Maryland. The procurement aims to acquire services that include the provision of cleared food service personnel, such as Mess Attendants, a Restaurant Manager, an Executive Chef, and various Cook positions, all of whom must possess security clearances ranging from Secret to Top Secret-SCI. This opportunity is crucial for maintaining high-quality food service operations in support of distinguished visitors and military personnel, adhering to strict health and security protocols. Interested vendors must submit their capabilities statements and relevant information by 11:59 PM EST on January 7, 2026, to the designated contacts, Heather L. Roe and Raffaele Simpson, via the provided email addresses.
    FCI FORT DIX FY26 2ND QTR SUBSISTENCE; INCLUDING EGGS, BREAD AND DAIRY- 15BFTD26Q00000001
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons at FCI Fort Dix, is soliciting quotes for subsistence items, including eggs, bread, and dairy, for the second quarter of fiscal year 2026. Offerors are required to submit price quotes for specified items by November 20, 2025, at 11:59 PM Eastern Time, ensuring compliance with federal, state, and local regulations, particularly regarding allergen labeling and product specifications. These goods are essential for the dietary needs of the inmate population at FCI Fort Dix, and the contract will be awarded to the lowest responsive and responsible offeror, with special attention given to certain bread items that must be awarded collectively to a single vendor. Interested parties should direct inquiries to Arturo Aponte-Berrios at aaponteberrios@bop.gov or Brian Virgillo at bvirgillo@bop.gov, and must ensure they are registered in the System for Award Management (SAM) to participate in this procurement process.