Contractor/Concessionaire Contract for Food & Beverage Operations at The U.S. Army Corps Of Engineers, New Orleans District
ID: W912P825R0029Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST N ORLEANSNEW ORLEANS, LA, 70118-3651, USA

NAICS

Food Service Contractors (722310)

PSC

OPERATION OF DINING FACILITIES (M1FD)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a Contractor/Concessionaire Contract for Food & Beverage Operations at the New Orleans District. The contract requires the establishment and operation of a food service facility that provides food and nonalcoholic beverages, with the contractor responsible for all management, labor, materials, and equipment necessary for effective service delivery. This opportunity is significant as it supports the operational needs of the USACE while promoting small business participation, although the solicitation has been converted to an unrestricted status. Interested parties must submit their proposals electronically by September 18, 2025, at 10:00 AM local time, and are encouraged to attend a pre-proposal conference on September 2, 2025. For further inquiries, contact Karen D. Hargrave at karen.d.hargrave@usace.army.mil or Taylor H. Brandon at taylor.h.brandon@usace.army.mil.

    Files
    Title
    Posted
    Amendment 0001 to Solicitation W912P825R0029 addresses prospective offeror questions and sets a new deadline for questions, August 1, 2025, at 11:00 AM local time. The amendment clarifies requirements for dietary-specific meals, special event support, and government-furnished equipment, referencing the Performance Work Statement (PWS) and Government Furnished Property/Responsibilities section. It outlines stringent health and sanitation inspection protocols by the Army Veterinary Corps, including unannounced quarterly inspections. Pricing submissions require only unit prices, and financial statements can be internally prepared. The 25-page proposal limit includes all required forms like Table C-1 and the Past Performance Questionnaire. Submissions via DoD SAFE must include the vendor name and solicitation number in PDF or Word format.
    The document outlines Amendment 0002 to Solicitation W912P825R0029, issued by the USACE, Contracting Division, for food and beverage operations at the New Orleans District Headquarters Building. Key changes include responding to vendor questions, incorporating an updated Statement of Work (SOW), revised wage rates, and extending the proposal response date to August 18, 2025. The SOW details contractor responsibilities such as providing all services as a no-cost contract, with the contractor paying 1% of monthly gross income into a reserve account for equipment repair/replacement. It specifies service hours (Monday-Friday, 6:30 AM-2:00 PM), outlines extensive cleaning, personnel, and maintenance requirements, and lists government-furnished equipment. The amendment also includes detailed quality standards, inspection protocols (including unannounced audits and quarterly Army Veterinary Corps inspections), and insurance requirements. Wage rates are provided for various occupations, with minimum hourly rates specified by Executive Orders 14026 and 13658. Security policies, including AT Level I training and background checks, are also mandated.
    This document, Amendment 0003 to Solicitation W912P825R0029, outlines significant changes to a Request for Proposal (RFP) for Concessionaire Services for Food & Beverage Operations at the U.S. Army Corps of Engineers, New Orleans District. Key amendments include converting the solicitation from a Small Business Set-aside to UNRESTRICTED and extending the response deadline to September 18, 2025, at 10:00 AM local time. The delivery schedules for CLINs 0001 through 0006 have also been adjusted, shifting the performance periods to begin on October 1st and end on September 30th (or April 30th for CLIN 0006) for each respective year from 2025 to 2031. The amendment details proposal preparation instructions, emphasizing electronic submission, SAM registration, and acknowledging all amendments. It also mandates a pre-proposal conference and site visit on September 2, 2025. Proposals must include technical capability (experience, staffing, sanitation, menu cycles/variety, financial information), past performance (references, sanitation history), and pricing (itemized menu prices). A Past Performance Questionnaire is provided for references to complete directly with the contracting office. Finally, the document incorporates various FAR clauses related to commercial products and services, covering areas such as prohibition on certain technologies, labor standards, and sustainable practices.
    The document outlines a Request for Proposal (RFP) issued by the U.S. Army Corps of Engineers (USACE) for concessionaire food and beverage operations at the New Orleans District, with proposals due by August 11, 2025. It primarily seeks qualified offerors, particularly those who are small businesses or are operated by service-disabled veterans. Key evaluation criteria for proposals include technical capability, past performance, and pricing, adhering to a Lowest Price Technically Acceptable (LPTA) format. Offerors must demonstrate experience in operating similar facilities, provide detailed staffing plans, menu options, and sanitation procedures. The document includes extensive instructions for proposal submission, emphasizing that only electronic submissions via the DoD SAFE system will be accepted. A pre-proposal conference is set for July 29, 2025, necessitating prior registration with the Contract Specialist. Conditions for award priority to state licensing agencies under the Randolph Sheppard Act are also noted. The provided appendices include specific evaluation factors and detailed information concerning proposal formatting and budgeting of menu items. This comprehensive RFP serves to ensure that all proposals meet the government’s expectations for service quality, sanitation compliance, and competitive pricing while reinforcing support for small and veteran-owned businesses in federal contracting opportunities.
    The document outlines an amendment to a solicitation for a food service contract managed by the U.S. Army Corps of Engineers. It primarily addresses questions from prospective offerors, setting the cut-off date for inquiries to August 1, 2025. Key changes include clarity on dietary accommodation requirements, responsibilities regarding government-furnished equipment, and the contractor's obligations during emergency events. Compliance with health standards and inspection protocols is emphasized, including unannounced inspections by the Army Veterinary Corps to ensure food safety. Offerors are instructed on proposal submission requirements, including the format and limits on page counts. The amendment reinforces that the contractor must adhere to health regulations, quality standards, and provide necessary allergen information. Historical pricing benchmarks will not be provided, and financial statements do not need CPA validation. The summarized details reflect the document's purpose of ensuring clarity and compliance in the procurement process for government food services.
    The document pertains to the amendment of a solicitation for a food service contract at the U.S. Army Corps of Engineers, New Orleans District. Key amendments include a deadline extension for proposal submissions to August 18, 2025, a response to vendor questions, incorporation of the Statement of Work (SOW), and revised wage rates. The contract, designed for the management and operation of a cafeteria, outlines responsibilities including cleanliness, service quality, and financial reporting. It specifies a no-cost agreement where the contractor must deposit 1% of gross income to a reserve account for equipment maintenance. The anticipated contract performance period is from September 1, 2025, to August 31, 2026, with specific hours of operation and service, vendor evaluation metrics, and strict compliance with health regulations. The amendment clarifies queries about operational flexibility, vendor responsibilities, and financial requirements. Overall, the document provides comprehensive guidelines for prospective contractors while ensuring adherence to government standards and regulations.
    Similar Opportunities
    New Orleans Harbor and Various Bar Channels Cutterhead Dredge 3-2025
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the rental of a fully crewed hydraulic pipeline cutterhead dredge for operations along the Mississippi River, New Orleans Harbor, and various bar channels in Louisiana. The project aims to enhance navigability and maintain essential waterways, with a construction magnitude estimated between $10 million and $25 million. Bidders are required to submit comprehensive proposals that include pricing for mobilization and dredging hours, while adhering to safety regulations and performance specifications. Interested contractors should contact Bambi Raja at Bambi.L.Raja@usace.army.mil or Cori A. Caimi at Cori.A.Caimi@usace.army.mil for further details, and must ensure registration with the System for Award Management (SAM) prior to bid submission, with the solicitation set for March 13, 2025.
    New Orleans Harbor and Various Bar Channels Cutterhead Dredge 3-2025
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the New Orleans Harbor and Various Bar Channels Cutterhead Dredge project, designated as Nos. 3-2025. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform work in the New Orleans Harbor Reach of the Mississippi River and adjacent waterways. This dredging project is crucial for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated construction value ranging from $10 million to $25 million. The solicitation is expected to be issued around April 15, 2025, and interested vendors are encouraged to register on beta.SAM.gov and ensure they are registered with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, potential bidders can contact Bambi Raja at 504-862-1499 or Cori A. Caimi at 504-862-1352.
    151 ESB Catered Meals 5JAN-10APR 2026
    Buyer not available
    The Department of Defense, through the U.S. Army, is seeking proposals from qualified small businesses to provide catered meals for the 151st Enhanced Separate Brigade (ESB) from January 5, 2026, to April 10, 2026. The contract requires the delivery of 2,269 hot catered lunches, adhering to specific food safety regulations and the South Carolina Army National Guard's FY25 14 Day Menu, with all meals delivered buffet-style or in appropriate containers. This procurement is critical for supporting the annual training of the brigade, ensuring that service members receive nutritious meals during their training period. Interested contractors must submit their proposals by December 18, 2025, and can contact Kevin Esber at kevin.j.esber.mil@army.mil or 803-299-1450 for further information. The estimated total award amount for this contract is $9,000,000.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024. This procurement involves providing a fully crewed and equipped self-propelled trailing suction hopper dredge for operations primarily in the Southwest Pass and potentially in other areas within the New Orleans District. The contract is crucial for maintaining navigability in the Mississippi River system while ensuring compliance with environmental protections, with an estimated construction value between $10 million and $25 million. Interested vendors must register with the System for Award Management (SAM) and adhere to updated bid submission deadlines, with the cutoff extended to April 15, 2025, at 10:30 AM. For further inquiries, contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Bambi Raja at Bambi.L.Raja@usace.army.mil.
    Calcasieu River and Pass, Bar Channel Hopper Dredge Contract No. 3-2025, Cameron Parish, Louisiana. Specification Nos. OM25127
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Calcasieu River and Pass Bar Channel Hopper Dredge Contract No. 3-2025 in Cameron Parish, Louisiana. Bidders are required to furnish a fully crewed and equipped self-propelled trailing suction hopper dredge for the removal and disposal of shoal material, with the project magnitude estimated between $5,000,000 and $10,000,000. This contract is crucial for maintaining navigable waterways and may extend to additional areas within the New Orleans, Galveston, and Mobile Districts. Interested bidders must register in the System for Award Management (SAM) and submit their bids by the specified deadlines, with the solicitation expected to be issued around December 4, 2024. For further inquiries, contact Christopher Nuccio at christopher.nuccio@usace.army.mil or Angela Day at Angela.C.Day@usace.army.mil.
    Mississippi River, New Orleans Harbor and Various Bar Channels Cutterhead Dredge No. 5-2025
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor, and various bar channels Cutterhead Dredge No. 5-2025 project. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform dredging work in specified areas, including the New Orleans Harbor reach of the Mississippi River and adjacent waterways. This project is crucial for maintaining navigability and ensuring the operational efficiency of these vital waterways. The estimated construction cost ranges between $10 million and $25 million, with the solicitation expected to be issued around May 6, 2025. Interested vendors should register on beta.SAM.gov and are encouraged to contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Fermon Davis at Fermon.L.Davis@usace.army.mil for further information.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project, which requires the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge. This project is critical for enhancing marine construction operations in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway, with an estimated construction value ranging between $5 million and $10 million. Bidders must comply with federal contracting regulations, including registration in the System for Award Management (SAM) and adherence to safety standards, while also demonstrating production capabilities and a commitment to veteran employment initiatives. Interested parties should contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, and the solicitation documents will be available on Sam.gov.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 10-2024 (OM24010)
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the construction of dredging facilities in New Orleans, LA, USA. The work involves providing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The project will take place in Mississippi River Southwest Pass and potentially in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated cost for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation will be issued on or about 23 February 2024, and the bid opening date will be determined later. Interested vendors can access the solicitation documents on Sam.gov. Registration as an Interested Vendor on beta.SAM.gov is encouraged for marketing purposes. Offerers must be registered with the System for Award Management (SAM) to be eligible for a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    Mississippi Valley Division Civil Works Areas of Interest Commercial Solutions Openings
    Buyer not available
    The Department of Defense, through the Mississippi Valley Division (MVD) of the U.S. Army Corps of Engineers (USACE), is issuing a Commercial Solutions Opening (CSO) to solicit innovative commercial products, technologies, and services aimed at enhancing civil works operations. The primary objectives include addressing maintenance of navigation channels, improving materials and repair methods for navigation structures, and developing solutions for sedimentation prediction and flood risk management. This initiative is critical for maintaining navigability and safety in U.S. waterways, with specific focus areas including the maintenance dredging of the Vermilion River in South Louisiana, which faces unique environmental and logistical challenges. Interested parties should submit solution briefs by December 5, 2025, with potential contract awards anticipated by January 30, 2026. For further inquiries, contact Whitney Dee at Whitney.R.Dee@usace.army.mil or Catherine Hansen at catherine.a.hansen@usace.army.mil.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 2-2025
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 2-2025 project. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform work in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway. This dredging operation is critical for maintaining navigability and ensuring the safety of maritime operations in the region. The estimated contract value ranges from $5 million to $10 million, with the solicitation expected to be issued around April 11, 2025. Interested vendors should register on beta.SAM.gov and ensure they are registered with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.