Hot Food Delivery Service for Wildland Fire Response (RFI)
ID: 1202RZ25Q0007Type: Sources Sought
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, AT-INCIDENT MGT SPT BRANCHMissoula, MT, 59804, USA

NAICS

Caterers (722320)

PSC

HOUSEKEEPING- FOOD (S203)

Set Aside

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

    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors for a Hot Food Delivery Service to support wildland fire response efforts. This Request for Information (RFI) aims to gather insights on the capabilities of potential contractors to provide hot food transportation services, including necessary staffing, equipment, and pricing estimates. The service is crucial for ensuring that personnel engaged in fire response have access to nutritious meals during operations in remote locations. Interested vendors must respond by February 17, 2026, and can contact Donald Keever at Donald.Keever@USDA.gov for further details, including an invitation to a virtual Vendor Engagement Session scheduled for February 24, 2026.

    Point(s) of Contact
    Files
    Title
    Posted
    The EERA Agreement outlines general requirements for contractors providing transport services for fire suppression, all-hazard incidents, and prescribed fire projects. Contractors are responsible for all necessary personnel, licenses, equipment, and supplies. Equipment must meet specific safety standards, including OSHA compliance for ROPS/FOPS/OPS, lighting, spark arresters, factory guards, radiator protection, seat belts, flashlights, drinking water, first aid kits, backup alarms (Type D, 87 dBA), and 2A 10BC fire extinguishers with current inspection tags. Vehicles must also comply with state and federal safety regulations and have exterior lighting on service doors. For hot food delivery, vehicles require self-contained, thermostatically controlled holding capabilities (minimum 140°F for six hours) for at least 200 hot meals daily (breakfast and dinner), using contractor-provided disposable aluminum steam table pans and covers. Storage containers like Cambros are prohibited. Environmental protection against rodents, insects, dust, and rain is mandatory. Staffing requires a minimum of two employees with ServSafe or valid state certification, and the contractor is responsible for meeting the NWCG work-rest-ratio of 2:1 and all loading/unloading. The Government provides coolers for cold items, but cold holding is not a requirement for price negotiations.
    This government RFI (Request For Information) response addresses vendor questions regarding operational requirements for a food service contract, likely for remote or emergency situations such as wildland fire incidents. Key requirements include ServSafe training, thermostatically controlled heating units for food, and single-use pans. The document clarifies that RT-130 training is not required, a second vehicle is omitted, and the government retains the right of first refusal for additional services. Food must be held at a minimum of 140 degrees Fahrenheit. Demobilization at the end of dinner service is technically allowed but discouraged due to driving hour restrictions. Trailers are not permitted. Deliveries will be made to remote/spike camps, with vendors picking up food from a caterer. Mileage will only be paid for travel to and from delivery locations, not for mobilization or demobilization.
    The "Hot Food Transportation Van Incident Compliance Inspection Checklist" (HFTV) is a government document used to ensure that hot food transportation vans meet specific requirements for federal agreements, likely related to RFPs or grants. The checklist details minimum equipment and personnel standards, including VIN verification, completed check-in processes, and a pre-use inspection checklist. Key requirements cover hot food holding capabilities (minimum 140 degrees Fahrenheit for 200 meals and six hours), exterior lighting, specific disposable aluminum steam table pans and covers, oven mitts, a securely mounted multipurpose fire extinguisher with a current inspection tag, and a backup alarm. The document also includes sections for identifying and correcting deficiencies, with spaces for inspector and operator signatures, ensuring compliance and accountability in food transportation services.
    The USDA Forest Service issued a Request for Information (RFI) for Hot Food Transportation Service (HFTS) vendors to support wildland fire incidents. This RFI, reference number 6320 and issued on December 12th, 2025, with responses due by February 17th, 2026, aims to gather market research on industry capabilities for providing hot food transport, including staffing, equipment, and estimated daily pricing. It is not a solicitation for a contract and the government will not pay for information submitted. Vendors must provide two personnel capable of lifting 45 pounds, a self-contained hot food holding unit with a minimum capacity for 200 meals, and adhere to federal and state vehicle requirements, including a 4x4 pickup-style vehicle. All personnel must be English-speaking and possess ServSafe certification. The RFI seeks to identify potential sources for a future Request for Quote (RFQ).
    Lifecycle
    Title
    Type
    Similar Opportunities
    USDA Forest Service Wildfire & All-Hazard Incident Sources Sought
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified small business contractors to provide various services related to wildfire and all-hazard incident management. The procurement aims to identify firms capable of fulfilling needs such as food services, medical services, heavy equipment rentals, and sanitation, among others, to support the agency's mission of protecting communities and natural resources during incidents. These services are critical for managing both natural and manmade events that threaten public safety and environmental health. Interested parties should contact Kimberly Luft at kimberly.luft@usda.gov for further information and are encouraged to register in the System for Award Management (SAM) to be eligible for future opportunities.
    Request for Information (RFI) for Subsistence Prime Vendor (SPV) Support for Southern Europe/Navy Ships
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is issuing a Request for Information (RFI) for Subsistence Prime Vendor (SPV) support aimed at providing full-service food support to military and authorized land customers in Southern Europe, as well as Navy ship customers in Northern/Southern Europe and Northern/Western Africa. The RFI seeks vendor input on capabilities related to sourcing, warehousing, inventory management, transportation, and compliance with regulations such as the Berry Amendment and Cargo Preference Act, with a focus on the ability to handle surge requirements and intra-country airlifts. This initiative is crucial for ensuring the availability of quality food supplies to military personnel stationed in these regions. Interested vendors should submit their responses by January 13, 2026, and can direct inquiries to Andrew Sibson at andrew.sibson@dla.mil or Meghan Freda at meghan.freda@dla.mil.
    End of the World Long Term Stewardship
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking industry feedback through a Request for Information (RFI) for the End of the World Long Term Stewardship project in the Nez Perce-Clearwater National Forest, Idaho. The initiative aims to address forest health by reducing risks associated with insect infestations, wildfires, and improving water quality across approximately 17,000 acres, with an anticipated offering of over 50 million board feet of commercial timber. This project is significant for enhancing forest resilience and fostering sustainable land management practices, with various service activities including timber removal, road maintenance, and biomass management planned over a potential 10-year contract term. Interested parties are encouraged to submit their feedback by September 17, 2025, and can direct inquiries to Matt Daigle at matthew.daigle@usda.gov or by phone at 605-415-9057.
    84--Request for Information DOI Uniform Program
    Interior, Department Of The
    The National Park Service, representing the Department of the Interior, has issued a Request for Information (RFI) regarding the DOI Uniform Program, aimed at identifying vendors capable of supplying compliant uniforms for approximately 35,000 employees across various federal land management bureaus. The procurement seeks to gather information on the ability to provide uniforms, patches, insignia, headwear, footwear, and outerwear that meet Buy American Act requirements, as well as insights into cost comparisons and domestic manufacturing risks. This initiative is critical for ensuring that federal employees are equipped with appropriate attire for diverse climates and work conditions. Interested vendors should submit their capability statements and any inquiries by January 2, 2025, with final submissions due by January 9, 2026. For further information, vendors can contact Jaime Mijares at JaimeMijares@nps.gov or by phone at 303-969-2755.
    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.
    Request for Information (RFI) for Fresh Fruit & Vegetable support for DLA Troop Support's Non-DoD School customers located in State of Iowa
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking information from suppliers for a Request for Information (RFI) regarding the provision of fresh fruits and vegetables (FF&V) to Non-DoD USDA school customers in Iowa. The agency aims to establish indefinite quantity contracts to supply USDA Grade Number 1 or better quality produce, with a performance period of 24 months and an estimated contract value of approximately $39.6 million, potentially reaching up to $99 million. This procurement is crucial for supporting the nutritional needs of school children in Iowa, and interested vendors must confirm their ability to meet delivery requirements, provide details on their distribution experience, and ensure compliance with federal registration and licensing requirements. Responses to the RFI are due by January 21, 2026, and should be submitted via email to Harry Carpenter at Harry.Carpenter@dla.mil and Paul Le at Paul.Le@dla.mil.
    RFQ - Feb-Mar Catered Meals in support of DC Safe and Beautiful
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is seeking quotations for catered meals to support the DC Safe and Beautiful mission during the months of February and March 2026. The procurement requires the contractor to provide high-quality, nutritious meals for approximately 2,700 to 3,000 service members at various locations, including meal planning, preparation, delivery, and cleanup, while adhering to health and sanitation regulations. This opportunity is a total small business set-aside under NAICS Code 722320 (Caterers), with a total estimated funding amount of $436,777.00 for the two-month period, and interested vendors must submit their quotes by January 14, 2026, at 10:00 AM EST. For further inquiries, potential offerors can contact LTC J. Paul Caldwell at joseph.p.caldwell.mil@army.mil or CPT Kyle Hartleben at kyle.d.hartleben2.mil@army.mil.
    Intent to Extend National Type 2 Firefighter Crew Blanket Purchase Agreement
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to extend the period of performance for the Blanket Purchase Agreements (BPAs) related to Type 2 Firefighter Crew services, originally established under solicitation number 1202SC21Q0001. This extension aims to synchronize the timelines for both the Type 2 Initial Attack (IA) and Type 2 Contract Crew programs, extending the effective period of all current and future BPAs through May 2027, following an annual review in 2026. These BPAs are crucial for supporting forestry operations, particularly in fire suppression and presuppression activities across the United States. Interested parties can direct inquiries to Bryce N. Pitchford at bryce.pitchford@usda.gov or by phone at 208-991-7639, with no immediate response required for this Special Notice as further instructions will be provided in a future solicitation amendment.
    Statewide Food Delivery Service (Bridge)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide a statewide food delivery service under a single award service contract. This procurement aims to bridge the gap between the expiration of the current task order and the establishment of a new contract, ensuring continuity of food service operations. The food delivery service is critical for maintaining the well-being and operational readiness of personnel. Interested parties can reach out to Sinamar Benauro at sinamar.b.benauro.civ@army.mil or 615-313-0774, or Teresa Baxter at teresa.a.baxter.civ@army.mil or 615-313-2658 for further details.
    Fort Bragg Full Food Service (FFS) Bridge - RFI
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the Fort Bragg Full Food Service (FFS) Bridge, aimed at ensuring uninterrupted food service operations at designated dining facilities on Fort Bragg, North Carolina. The procurement involves a bridge action for contract W9124J-19-D-0014, allowing for the issuance of additional task orders under an Indefinite Delivery Indefinite Quantity (IDIQ) framework, which includes comprehensive management of dining facilities, food preparation, serving, and sanitation, adhering to Army regulations and food codes. This contract is crucial for maintaining essential food services for Warfighters while a competitive follow-on contract is finalized, with an anticipated award date no later than January 22, 2026. Interested parties can reach out to primary contact John J. Machine at john.j.machine.civ@army.mil or secondary contact Darius T. Moore at darius.t.moore2.civ@army.mil for further information.