DOI Main Building Food Services RFQ
ID: 140E0126Q0001Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF SAFETY AND ENVIRONMENTAL ENFORCEMENTACQUISITION MANAGEMENT DIVISIONSTERLING, VA, 20166, USA

NAICS

Cafeterias, Grill Buffets, and Buffets (722514)

PSC

HOUSEKEEPING- FOOD (S203)

Set Aside

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

    The U.S. Department of the Interior (DOI) is seeking quotes for a contract to establish and operate food concession facilities at the Stewart Lee Udall Building in Washington, D.C. The procurement aims to provide breakfast and lunch services, operate a coffee bar, and potentially offer catering, all while adhering to federal wellness and sustainability guidelines. This Total Small Business Set-Aside opportunity includes a base period of one year with four additional one-year options, and the government will supply space, utilities, and some equipment necessary for operations. Interested contractors must submit their quotes by January 16, 2026, and can contact William Rilee at William.Rilee@bsee.gov or 703-787-1757 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This government Request for Quotation (RFQ) outlines the terms and conditions for food concession services at the U.S. Department of the Interior – Stewart Lee Udall Building. It details general contract administration, including the Bureau of Safety and Environmental Enforcement (BSEE) acting as the issuing agency for DOI, and specifies that the contractor's consideration is performing services at no cost to the government. The RFQ incorporates numerous Federal Acquisition Regulation (FAR) clauses by reference and in full text, covering areas like business ethics, supply chain security, small business utilization, equal opportunity for veterans and individuals with disabilities, combating human trafficking, and sustainable products and services. Key terms and conditions cover contractor-furnished equipment (with a focus on "green" and compostable products), sanitation, personnel, recycling, maintenance, cleaning, hazardous conditions, liability, reporting, operating expenses, energy conservation, IT, building space, LEED goals, continuity of operations, and government-furnished resources. It clarifies the authorities of the Contracting Officer (CO) and Contracting Officer’s Representative (COR), provides contact information, and includes insurance requirements, such as commercial general liability, to cover various operational risks.
    This document, Wage Determination No. 2015-4281, outlines minimum wage rates and fringe benefits for service contract employees in the District of Columbia, specified Maryland counties, and specified Virginia counties, effective July 8, 2025. It details hourly wage rates for various occupations across administrative support, automotive, food service, health, information technology, and maintenance sectors. The document also specifies minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), which apply based on contract dates. It mandates health and welfare benefits, paid vacation, and eleven paid holidays annually. Special provisions include paid sick leave under EO 13706, hazardous pay differentials, and uniform allowances. The document also describes the conformance process for unlisted occupations, ensuring fair compensation and compliance with the Service Contract Act.
    This attachment to Request for Quotation No. 140E0126Q0001 provides a mandatory form for offerors without an active SAM.gov registration to determine their eligibility for award for the U.S. Department of the Interior – Stewart Lee Udall Building Food Concession Services. Offerors must provide detailed information including their name, address, UEI (if available), TIN, and certify their responsibility as a contractor. The form also requires offerors to specify their type of organization, small business status (if applicable), and affirm compliance with affirmative action, previous contract reporting, and federal transaction influence regulations. Furthermore, it mandates certifications regarding felony convictions or tax delinquencies and compliance of proposed products/services with the solicitation. This form is crucial for ensuring regulatory compliance and eligibility for government contracts.
    This government file outlines guidelines and requirements for federal food service contractors, focusing on two main references: the Food Service Guidelines for Federal Facilities and the Presidential Memorandum titled “Creating a Preference for Meat and Poultry Produced According to Responsible Antibiotic-Use Policies” (CRAU). The CRAU memorandum, issued on June 2, 2015, encourages a preference for meat and poultry produced with responsible antibiotic-use policies, supporting an emerging market and building on FDA efforts to phase out medically important antibiotics in food animals. Contractors are strongly encouraged to increase offerings of certified responsible antibiotic-use meat and poultry and are required to submit quarterly reports. Templates for extensions, waivers, and quarterly reports (including detailed data metrics on purchasing, preparation, and sales of both certified responsible antibiotic-use and conventional products) are provided. The USDA Process Verified Program (GVD 1001) is referenced as the oversight entity for auditing and verification of meat and poultry standards. Additional references include basement floor plans and GSA Levels Descriptions, which appear to be unrelated to the main topic of food service guidelines and antibiotic-use policies.
    The U.S. Department of the Interior (DOI) is soliciting quotes for a no-cost contract to establish and operate food concession facilities at the Stewart Lee Udall Building in Washington, D.C. This combined synopsis/solicitation, a Total Small Business Set-Aside under NAICS code 722514, seeks a contractor for a 1-year base period with four 1-year options. The contractor will provide breakfast and lunch services, operate a coffee bar, and potentially offer catering, adhering to federal wellness, sustainability, and responsible antibiotic-use guidelines. Key responsibilities include staffing, quality control, maintenance, and compliance with health and LEED standards. The government will provide space, utilities, and some equipment. Quotes, due January 16, 2026, must include technical and business/price volumes, with oral presentations for highly rated quoters. Award will be based on best value, with technical factors being more important than price.
    Lifecycle
    Title
    Type
    Combined Synopsis/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.
    RE-POST: Stennis MS Mini Mart Cafe zero cost contract services
    United States Government Publishing Office
    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.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    Full Food Services at USCG Sector Corpus Christi, TX
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking qualified contractors to provide full food services at USCG Sector Corpus Christi, Texas. The procurement requires the contractor to manage all aspects of food service, including meal preparation, facility management, cleaning, and quality control, while adhering to federal, state, and local health regulations. This contract is vital for ensuring the nutritional needs of USCG personnel are met, with services extending from May 1, 2026, through April 30, 2031, including a base period and four option years. Interested parties must submit their quotes by December 30, 2025, and may contact Bahar Cabrera at bahar.cabrera@uscg.mil for further inquiries.
    FCI EL RENO FY 26 2ND QTR - SUBSISTENCE
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons at the Federal Correctional Institution in El Reno, Oklahoma, is seeking bids for a quarterly subsistence contract under solicitation number 15B50726Q00000011. This procurement is specifically aimed at small businesses and requires a diverse range of food and non-food items, including Kosher and Halal meals, various cheeses, condiments, and disposable dining supplies, with deliveries scheduled from January 1 to January 22, 2026. The contract will be awarded based on a firm-fixed price, with considerations for past performance and compliance with strict delivery and product specifications. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Nate Long at n2long@bop.gov or by phone at 405-319-7638.
    2026 SMJ FOOD BOXES
    Interior, Department Of The
    The Bureau of Land Management (BLM), through the National Interagency Fire Center (NIFC), is seeking quotations for the procurement of food items for Smokejumper Food Kits for fiscal year 2026. The solicitation, identified as Number 140L3726Q0004, requires specific food items such as bean dip, peanut butter-filled pretzels, and toaster pastries, with all items needing to have expiration dates no earlier than September 2026 and delivery by April 1, 2026. This acquisition is crucial for supporting the nutritional needs of smokejumpers during fire suppression operations, and it is set aside for Women-Owned Small Businesses (WOSB). Interested vendors must submit their offers via email to Casey Boyd at cmboyd@blm.gov by December 16, 2025, at 5 PM Eastern, and must be registered in SAM and WOSB certified to be eligible for consideration.
    73--Steam Kettle
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking quotes for the procurement, removal, and installation of a floor-mounted steam kettle for the Bureau of Indian Education's Turtle Mountain Elementary School in Belcourt, ND. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and requires the provision of new equipment, including a minimum one-year warranty, with a completion timeframe of 30-60 days after receipt of order. The steam kettle is essential for food preparation in educational settings, ensuring that students receive nutritious meals. Interested vendors must submit their all-inclusive firm fixed price quotes, along with necessary documentation, by the specified deadline, and can contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further information.
    R--Conflict Management Services - Internal
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for a single-award, five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Conflict Management Services to support its Office of Collaborative Action and Dispute Resolution (CADR). The contract will encompass a range of services, including mediation, facilitation, assessment, process design, and training, with an estimated 35-50 task orders issued annually, approximately 25 of which will be related to Equal Employment Opportunity (EEO) matters. This procurement is a total small business set-aside under NAICS code 541612, with a maximum ceiling value of $8 million and a guaranteed minimum order value of $25,000. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadline, with the contract performance period running from January 17, 2026, to January 16, 2031. For further inquiries, interested parties can contact Michelle Harvey at michelleharvey@ibc.doi.gov or by phone at 571-842-1131.
    Solicitation of a Concession Business Opportunity to Operate Food and Beverage, Retail, and Other Services within Great Basin National Park
    Interior, Department Of The
    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.
    Salt Lake City Military Entrance Processing Station Noon Meals
    Dept Of Defense
    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.