Hot Meal Catering Services October 2025
ID: HU000125Q0024Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEUNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS)USUHSBETHESDA, MD, 20814-4712, USA

NAICS

Caterers (722320)

PSC

HOUSEKEEPING- FOOD (S203)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Uniformed Services University of the Health Sciences (USUHS), part of the Department of Defense, is soliciting proposals for hot meal catering services to support the Bushmaster 2025 event at Fort Indiantown Gap, Pennsylvania, from October 15 to October 19, 2025. The contractor will be responsible for providing breakfast and dinner for approximately 330 personnel, adhering to specific caloric and content requirements, and ensuring all necessary catering supplies are included. This procurement is a Total Small Business Set-Aside under NAICS code 722320, with proposals evaluated based on the Lowest Price Technically Acceptable (LPTA) method. Interested vendors must submit their technical and price quotes by August 13, 2025, and are encouraged to direct any questions to Joshua Broadman or Emily M. Mashek via email. The solicitation period has been extended, and all relevant documents and amendments must be acknowledged to avoid rejection.

    Point(s) of Contact
    Files
    Title
    Posted
    The Uniformed Services University (USU) requires hot meal catering services, including breakfast and dinner, for 330 personnel at Fort Indiantown Gap, Pennsylvania, from October 15-19, 2025. The meals must meet specific caloric and content requirements, with breakfast served from October 16-19. The contractor is responsible for providing all catering supplies, including utensils and cleaning materials, and must submit a sample menu with their quote. Meals will be prepared and served in a dining facility provided by Fort Indiantown, which includes a kitchen with necessary equipment. The contractor must handle all meal preparation, serving, and cleanup. Breakfast service is from 5:30 AM to 7:00 AM EST, and dinner service is from 5:00 PM to 7:00 PM EST daily.
    This document, "Attachment 2 | Price Quote Table," is a component of a government Request for Proposal (RFP) or similar procurement document, specifically outlining the required catering services for a medical field practicum at Fort Indiantown Gap, PA. It serves as a template for offerors to provide pricing for two distinct catering services: breakfast meals (CLIN 0001) and dinner meals (CLIN 0002). The breakfast service requires 330 meals per day from October 16-19, 2025, totaling 1,320 meals. The dinner service requires 330 meals per day from October 15-19, 2025, totaling 1,650 meals. The table prompts offerors to input the unit price and total price for each CLIN, culminating in a grand total price for both services. This attachment is crucial for evaluating bids by standardizing the cost submission for essential logistical support during the practicum.
    This government file outlines the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses incorporated into federal contracts for commercial products and services. It is divided into clauses incorporated by reference and clauses incorporated by full text, with specific emphasis on FAR 52.212-5. Key areas covered include System for Award Management, telecommunications and video surveillance restrictions, small business considerations, labor standards, and combating trafficking in persons. The document also details instructions for electronic payment requests and receiving reports via the Wide Area WorkFlow (WAWF) system, including access, training, submission methods, and routing information. This ensures compliance with various regulations, promotes ethical conduct, and streamlines payment processes within government contracting.
    The Uniformed Services University (USU) has issued a request for proposals (RFP) for hot meal catering services at Fort Indiantown Gap, Pennsylvania, scheduled from October 15 to 19, 2025, for 330 personnel. The scope includes daily breakfast and dinner meals, with nutritional specifications such as 1,200-1,500 calories for dinner and 1,200 calories for breakfast. Meals must include a variety of options, along with all necessary serving utensils and cleaning supplies. The contractor is tasked with preparing, serving, and cleaning up after each meal, utilizing a dining facility provided by Fort Indiantown. The designated kitchen will be equipped with necessary appliances, and meals will be served at specific times: breakfast from 5:30 AM to 7:00 AM and dinner from 5:00 PM to 7:00 PM. The contractor must coordinate meal service logistics with a designated government contact, and a sample menu must accompany the submitted proposals. This RFP emphasizes the government's need for reliable and comprehensive catering services to support personnel during this period.
    This document outlines a federal Request for Proposal (RFP) for catering services at Fort Indiantown Gap, PA, for a medical field practicum scheduled from October 15 to October 19, 2025. It specifies two main service requirements: breakfast and dinner meals, with quantities and pricing to be determined by the Offeror. The breakfast service (CLIN 0001) requires 330 meals per day for four days, totaling 1,320 meals. The dinner service (CLIN 0002) entails 330 meals per day over five days, culminating in 1,650 meals. The purpose of the RFP is to gather price quotes from potential vendors for these catering services, ensuring compliance with government procurement standards. This request is vital for supporting the logistics of the medical practicum, thereby contributing to the mission's success while providing sustenance for attendees during the event.
    The document outlines clauses pertinent to government contracting related to the acquisition of commercial products and services. It contains references and obligations under various legal and regulatory frameworks, such as the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). Key points include adherence to maintaining a System for Award Management, various prohibitions on specific telecommunications and surveillance services, and stipulations regarding the utilization of small businesses in contracts. Additionally, it details requirements for electronic invoicing through the Wide Area Workflow (WAWF) system, emphasizing the necessity for accurate documentation and compliance with payment processing principles. The document serves to ensure contractors understand and comply with legal obligations when engaging in federal contracts, particularly in light of recent adaptations and stipulations set forth in legislature aimed at bolstering security and ethical practices in procurement.
    This government file outlines clarifications and requirements for a food service contract, likely an RFP or grant. Key aspects include a preference for plated meals, not buffet style, though a buffet line will be available for serving. The contractor can use a reefer truck for transport and will have access to walk-in coolers and freezers (2-3 large units). Vegetarian options can be vegan, and the exact number of vegetarian guests will be provided closer to the event. No advance payments are allowed. Paper/plastic serving ware is acceptable. The contractor will have facility access one week prior to the contract date for setup and 24/7 access with an individual on-site. The government will handle all trash, and cleaning supplies/trash bags will be provided. A fully functioning commercial kitchen is available, though the availability of specific equipment like pots, pans, steamers, and warming boxes is uncertain and will require a walkthrough. Instant coffee is sufficient. No additional food certifications or inspections are required, but staff will need security vetting for base access.
    The document is Amendment P00001 to RFQ HU000125Q0024, issued by the Uniformed Services University Acquisitions Directorate. Its primary purpose is to provide answers to submitted questions and extend the solicitation period until August 20, 2025, at 4:00 PM EST. The amendment also includes standard instructions for completing various sections of the SF 30 form, such as effective dates, accounting data, and descriptions of changes. It clarifies that offers must acknowledge receipt of the amendment by specific methods to avoid rejection. The document emphasizes that all other terms and conditions of the original solicitation remain unchanged. This type of amendment is common in government procurement to modify solicitations and ensure all potential offerors have necessary information and time to respond.
    The Uniformed Services University of the Health Sciences (USU) is seeking proposals for hot meals and catering services for the Bushmaster 2025 event at Fort Indiantown Gap, PA, from October 15-19, 2025. This is a small business set-aside solicitation (NAICS 722320) under a firm-fixed-price contract, with award based on the Lowest Price Technically Acceptable (LPTA) method. Quotes must include all services outlined in Attachment 1: Statement of Work Hot Meals, and Attachment 2: Price Quote Table. Vendors must be registered in SAM.gov and submit technical and price quotes via email to the Contracting Officer and Specialist by August 13, 2025, 4:00 PM EDT. Questions are due by August 6, 2025, 4:00 PM EDT. USU reserves the right to cancel services with 24-hour notice, with any cancellation fees needing prior disclosure.
    The Uniformed Services University of the Health Sciences (USU) is seeking quotes for hot meals catering services in Fort Indiantown Gap, PA, during the Bushmaster 2025 exercise, scheduled from October 15 to October 19, 2025. This solicitation (HU000125Q0024) is open only to small businesses, classified under NAICS code 722320 – Caterers, and will utilize a Lowest Price Technically Acceptable (LPTA) basis for award. Vendors must submit quotes by August 13, 2025, with a firm-fixed price contract awarded to the most responsive bid that meets all requirements specified in the attached Statement of Work (Attachment 1). Offerors must provide a comprehensive technical overview along with detailed pricing in Attachment 2. Past performance will be assessed to mitigate risks. All questions must be directed to the contracting officials by August 6, 2025, and responses will be shared publicly. Importantly, vendors must be registered in the System for Award Management (SAM) to be eligible for award. USU reserves the right to cancel services with 24 hours’ notice, which must be detailed in the quote. This solicitation underlines the government's commitment to sourcing through competitive bidding while supporting small businesses.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Salt Lake City Military Entrance Processing Station Noon Meals
    Buyer not available
    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.
    VTARNG RTI Full Food Service JAN - JUN 2025
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking qualified small businesses to provide full food service support for training courses at the Vermont Regional Training Institute from January to June 2025. The procurement includes delivering hot meals and light cleaning services across multiple periods, with specific quantities outlined for breakfast, lunch, and dinner throughout the contract duration. This opportunity is crucial for ensuring that service members receive adequate nutrition during their training, reflecting the government's commitment to supporting small businesses in federal contracting. Interested parties must submit their quotes by December 19, 2024, and can direct inquiries to Kathleen O'Neill at kathleen.b.oneill.civ@army.mil or Donald Luby at donald.j.luby.civ@army.mil.
    229th Chem Co Troutville Meals BPA
    Buyer not available
    The Department of Defense, through the Virginia Army National Guard, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for the delivery of prepared meals to the Roanoke Regional Readiness Center in Troutville, Virginia. The BPA will cover the provision of breakfast, lunch, and dinner meals for soldiers during home station activities, with a focus on high-quality, hearty meals prepared in accordance with U.S. Army standards and FDA guidelines. This opportunity is a total small business set-aside under NAICS code 311991, with a maximum ceiling of $350,000 and an ordering period from December 1, 2025, to September 30, 2031. Interested vendors must submit their proposals, including a completed price list and past performance references, by December 19, 2025, and can contact Matthew Guyer or David A. Pickard for further information.
    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.
    Prepared Delivered Meals, Fairfax County VA
    Buyer not available
    The Department of Defense, specifically the Virginia Army National Guard, is soliciting bids for prepared delivered meals to be provided in Fairfax County, Virginia. The procurement involves establishing blanket purchase agreements (BPAs) for the delivery of breakfast, lunch, and dinner meals over a period not exceeding 60 months, with a maximum ceiling of $350,000. This initiative is crucial for ensuring that military personnel receive nutritious meals in a timely manner, adhering to specific dietary and preparation standards outlined in the Statement of Work. Interested small businesses must submit their quotes electronically by December 9, 2025, and can direct inquiries to Curtis L. Gardner at curtis.l.gardner6.civ@army.mil.
    Catered Meals
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is seeking qualified contractors to provide catered meals for training classes at the Special Operations Group (SOG) facilities in Pineville, Louisiana. The contractor will be responsible for delivering healthy, nutrient-sufficient meals, including three daily meals and two snacks per attendee, while adhering to specific quality standards and logistical requirements outlined in the Performance Work Statement (PWS). This service is critical for supporting the training of personnel, ensuring they receive adequate nutrition during their training periods in 2026. Interested small businesses must submit their proposals, including a completed pricing sheet and a draft menu, by December 11, 2025, with questions due by December 9, 2025. For further inquiries, potential bidders can contact Christopher Jones or Julie Simpson via their provided email addresses.
    Montgomery MEPS Noon Meals
    Buyer not available
    The Department of Defense, through the Mission Installation Contracting Command - Knox, is seeking small businesses to provide boxed meals for applicants at the Montgomery Military Entrance Processing Station (MEPS) in Montgomery, Alabama. The contract will cover a base period from May 1, 2025, or the date of contract award, whichever is later, through April 30, 2026, with the option for two additional one-year extensions. This procurement is crucial for ensuring quality meal service during the processing of military applicants, and contractors must meet specific requirements, including passing a Veterinary Service Food Protection Audit and using approved food preparation facilities. Interested parties should prepare for the Request for Quotations (RFQ) expected to be posted on SAM.gov around December 11, 2024, with quotes due by January 10, 2025. For inquiries, contractors may contact Scott E. Vogt at scott.e.vogt4.civ@army.mil or John Haarala at john.haarala3.civ@army.mil.
    Full Food Service at the Coast Guard Academy
    Buyer not available
    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.
    Beckley MEPS Noon Meals
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals from Women-Owned Small Businesses (WOSB) to provide boxed noon meals (sub sandwiches) for applicants processing at the Beckley Military Entrance Processing Station (MEPS) in Glen Jean, West Virginia. The contract will cover a base period and two option periods, spanning from January 2026 to December 2028, with a Firm Fixed Price arrangement and a guaranteed minimum of $1,500 for the base period. These meals are essential for supporting the processing of military applicants, ensuring they are adequately nourished during their visit. Interested parties must submit their proposals, adhering to the evaluation criteria based on technical acceptability and past performance, with the award going to the lowest-priced technically acceptable offeror. For further inquiries, contact Olivia Y. Aguilar at olivia.y.aguilar.civ@army.mil or 520-945-8948, or Amy Gawarecki at amy.l.gawarecki.civ@army.mil or 520-945-8989.