Food Mess Attendant Services, SUBASE Kings Bay, GA
ID: N6883625R0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR JACKSONVILLEJACKSONVILLE, FL, 32212-0097, USA

NAICS

Food Service Contractors (722310)

PSC

OPERATION OF DINING FACILITIES (M1FD)

Set Aside

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

    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is soliciting proposals for Food Mess Attendant Services at the Submarine Base Kings Bay, Georgia. This procurement is specifically set aside for small businesses under the Small Business Administration (SBA) guidelines, aiming to provide comprehensive food service operations across multiple dining facilities within the base. The services are critical for maintaining the dietary needs of military personnel, ensuring high standards of food quality and safety in compliance with military regulations. Interested contractors must submit their proposals by May 13, 2025, and can direct inquiries to Kimberley Sanders or Laura Donson via their respective email addresses for further clarification.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a solicitation for Food Attendant Support Services at the Trident Refit Facility in Kings Bay, Georgia, requiring bidders to provide food service attendant operations across multiple buildings. It outlines the request for proposals (RFP) with details on service requirements, including food service attendant positions across various facilities for specified contract periods and optional extensions. The main components include the scope of work, duration, payment terms, and guidelines for the delivery of services. The solicitation specifies that the services are structured as fixed-price contracts, with the base period commencing on August 1, 2025, through July 31, 2026, and includes options for multiple renewal years. Multiple buildings at the facility are involved, and the document emphasizes the importance of adhering to the Performance Work Statement. All services must be performed at the destination specified, with expectations for thorough inspection and acceptance by the government. The solicitation also highlights the commitment to using small, disadvantaged, and veteran-owned businesses, supporting federal goals for economic inclusivity. Overall, the document illustrates the detailed planning and structure necessary for government procurement processes in food service operations.
    The document is an amendment to solicitation N6883625R0005, extending the submission deadline to May 13, 2025. It includes provisions for posting clarifications, changing project descriptions, and a shift in pricing details related to Cook Services at Pirates Cove Galley, now deemed "no longer required." The amendment eliminates several delivery schedules for the cook services, affecting multiple contract line items. The solicitation targets Small Business Set Asides and will lead to a Firm Fixed Price contract for food services at various military facilities. Specific instructions for proposal submission are outlined, including a structured format of technical capabilities, past performance, pricing, and contractor responsibility. Further, a site visit is scheduled to allow potential contractors to inspect equipment and facilities. The document's language underscores the necessity of compliance with submission guidelines and emphasizes the significance of clear, specific proposals. Offerors must recognize the importance of addressing technical requirements fully, as discrepancies or exceptions could affect their eligibility for award. Questions regarding the solicitation should be directed to specified government contacts to ensure proper communication. This amendment reflects the government's ongoing efforts to solicit competitive bids while ensuring compliance and operational readiness of military food service contracts.
    The document outlines a solicitation for food support services at the Trident Refit Facility in Kings Bay, Georgia, under solicitation number N6883625R0005. The request for proposal (RFP) details the need for food service attendants and cook services across multiple buildings (1050, 3057, 5162, 5009, and 5163) for a base period of one year, along with options for subsequent years. The services must adhere to the Performance Work Statement provided as an attachment. Critical elements include specified quantities, delivery terms, and conditions for payment, which follow standard federal guidelines such as those outlined in the FAR (Federal Acquisition Regulation). The proposal supports the government's intent to engage small businesses, particularly those owned by veterans and women. The aim is to ensure quality food service management that meets the operational needs of military personnel stationed at the facility, highlighting the importance of compliance and operational efficiency in government contracts. The document emphasizes a structured approach to procurement, adhering strictly to governmental standards while fostering small business participation within federal contracts.
    The Performance Work Statement outlines the requirements for food service attendants and cooks at the Naval Submarine Base in Kings Bay, Georgia. It mandates that contractors provide all necessary personnel, supervision, and management to operate dining facilities, specifically at five designated galley locations. Contractors must conduct site visits and ensure personnel possess appropriate security clearances, including a CONFIDENTIAL Facility Clearance. The document emphasizes sanitation, food preparation, and service standards, requiring contractors to maintain a structured workforce meeting specific qualifications. Additional stipulations include adherence to dress and safety regulations, reporting health issues among employees, and maintaining high-quality service standards through quality control plans. Furthermore, any changes in operations or added requirements must be communicated in advance, ensuring seamless service delivery. The overarching aim of the document is to establish a reliable and compliant food service operation that meets military standards while ensuring safety, sanitary practices, and effective communication between contractors and government representatives.
    The document presents a Pricing Spreadsheet related to food attendant service contracts for federal facilities, detailing various Contract Line Item Numbers (CLINs) for services provided at multiple buildings, including Pirates Cove and MRFF locations. Each CLIN is specified by type of service (Food Service Attendants and Cooks), quantity needed (12 months), and escalation factors for pricing options. The spreadsheet outlines the financial aspects, including unit prices and extended prices, but does not specify actual values, indicating a focus on structure rather than completed financial data. The purpose of the spreadsheet is to outline proposed pricing for food attendant services, which are essential for managing food operations within federal facilities, adhering to regulations under the FAR (Federal Acquisition Regulation). This pricing structure would facilitate selection processes for federal contracts, ensuring that government entities can evaluate financial proposals effectively for service provision across multiple locations while maintaining standardization and clarity in pricing. Overall, the document serves as a crucial reference for procurement and budget evaluation purposes within government contracts, emphasizing the importance of structured pricing in public service contracts.
    The document outlines a federal government Request for Proposal (RFP) concerning food service operations across various military installations. It lists the Contract Line Item Numbers (CLINs) and subCLINs for different services, including Food Attendant Services and Cooks, specifying the required quantities for each location, such as Pirates Cove and MRFF buildings. For each CLIN, the pricing structure is delineated but the unit prices and extended amounts remain unspecified. The RFP includes provisions for multiple contract periods: a base period, four options for potential contract extensions, and adjustments based on an escalation factor. The total costs for all services are yet to be calculated, highlighting that the financial aspects are crucial for potential offerors. The emphasis on precise food service needs suggests a significant operational requirement within the military environment, showcasing the government's effort to maintain quality food services in various facilities. This RFP seeks qualified contractors to meet these essential needs within the outlined specifications and timelines.
    The document is a Past Performance Questionnaire for a federal contract (N68836-25-R-0005) that assesses a contractor's performance. It includes sections for contract identification, customer agency information, and an evaluation of contractor performance based on specific criteria such as management capabilities, quality control procedures, responsiveness, and subcontractor payment practices. Evaluators are instructed to rate various aspects of contractor performance on a scale from "Exceptional" to "Unsatisfactory" and provide comments on notable performance issues, particularly if ratings of "Marginal" or "Unsatisfactory" are given. Furthermore, the questionnaire includes inquiries about contract terminations and whether the contractor would be considered for future contracts. The purpose of this document is to gauge the quality of contractor performance to inform future contract awards within the context of federal contracting processes, ensuring accountability and standards are maintained in government procurement. The completion of this questionnaire is vital for providing feedback on contractor performance and is due by April 28, 2025.
    The Collective Bargaining Agreement between Base Services of Athens and the Transport Workers Union of America, AFL-CIO Local 526, effective October 1, 2024, outlines the framework for employment conditions for staff at the Kings Bay Submarine Base in Georgia. This comprehensive agreement spans topics including management rights, employee recognition, wage structures, leave policies, and grievance procedures, with specific provisions safeguarding against discrimination and ensuring a drug-free workplace. Key articles detail wages that are structured to increase annually, employee rights to due process during discipline, and safety commitments in the work environment. Additional provisions cover overtime compensation, vacation entitlements based on tenure, and guidelines governing union involvement and membership processes. The agreement emphasizes cooperation and understanding between the company and union, outlining expectations for both parties, while providing a mechanism for resolving disputes through established grievance and arbitration procedures. Such a document is essential for establishing clear worker protections and standards within government contracting frameworks, ensuring compliance with labor regulations typical in federal and state local requests for proposals (RFPs).
    The document pertains to a Request for Proposals (RFP) concerning food support services at Subase Kings Bay. It serves as a template for potential vendors to submit questions regarding the RFP. The structure is designed to facilitate clear communication, allowing respondents to specify references to particular sections, pages, and paragraphs in the RFP when posing their questions. Each section prompts the vendor to provide their name, company, contact information, and specific questions, ensuring that inquiries are well-documented and organized. This format indicates an emphasis on clarity and thoroughness in the procurement process, ensuring that all vendors have the ability to seek clarifications necessary for competitive bidding. The purpose of this document is to streamline the Q&A process, ultimately enhancing the effectiveness and transparency of food support service contract solicitations at the naval base.
    The document outlines the access procedures for visitors to the Strategic Weapons Facility Atlantic (SWFLANT) at Kings Bay, Georgia. It specifies two visitor categories: Cleared and Non-Cleared, with distinct processes for each. Cleared visitors must contact their SWFLANT sponsor and submit a request through the Defense Information System for Security (DISS) at least seven working days prior to arrival. They can enter through designated gates with specific hours for government visitors and contractors. Non-Cleared visitors must also contact their sponsor and comply with background checks, following a similar seven-day notice protocol. Entry to the base authorizes vehicle searches, prohibits weapons and contraband, and outlines identification requirements, including valid driver's licenses and insurance. The document also lists SWFLANT sponsors for facilitating visitor access. Overall, it emphasizes security and compliance protocols essential for visiting a highly secured naval facility. This information aligns with federal regulations common in government RFPs and grants related to defense facilities.
    The document in question appears to be inaccessible due to compatibility issues with the PDF viewer or an incomplete loading. As such, I cannot assess or summarize its content accurately. This situation prevents the extraction of the main topic, key ideas, and supporting details. The document seems to relate to federal government Requests for Proposals (RFPs), federal grants, or state and local RFPs, which typically outline funding opportunities and project proposals to drive governmental objectives. Unfortunately, without access to the file’s content, I am unable to provide a comprehensive summary or analysis related to its specifics. For a proper summary, the document must be successfully retrieved or viewed in a compatible format to evaluate its critical components accurately.
    The SWFLANT Visit Request form is designed for organizations lacking clearance to request access to SWFLANT Kings Bay facilities. It mandates completion by a security representative from the requesting organization, including essential details like visit purpose, areas to be visited, and personal information of the attendees. The form stipulates requirements for signatures and provides stipulations regarding access codes for identification badges, which are necessary for entry to secure locations. It also includes a Privacy Act Statement detailing the authority and purpose of the data collected, stating that while disclosure is voluntary, failure to provide information will result in denied access. Overall, this form facilitates structured access management to sensitive military areas, ensuring security protocols are upheld.
    The document pertains to federal and state/local requests for proposals (RFPs) and grants, focusing on the acquisition and management of funding for various programs. It highlights the government's initiatives to allocate financial resources for community projects, infrastructure improvements, and public services. Key themes include the funding mechanisms available, application processes, eligibility criteria, and deadlines for submission. Specific sections detail categories of funding, including support for educational programs, health services, and environmental projects. The document emphasizes the importance of transparency in funding allocation and the requirement for recipients to adhere to regulatory compliance. Further, it outlines the expectations for project reporting and evaluation to assess the effectiveness of funded initiatives. Overall, the document serves as a comprehensive guide for potential applicants seeking federal funding and grants, detailing essential information on how to navigate the proposal process while adhering to governmental standards and objectives. This initiative reflects the government's commitment to promoting community development and enhancing public welfare through strategic investments.
    The Performance Work Statement (PWS) outlines the requirements for the provision of food service attendants and SWFLANT cooks at Naval Submarine Base Kings Bay, Georgia. Contractors must conduct a site visit prior to submitting proposals to ensure compliance with military standards. The main responsibilities include management of dining facilities, staffing, food preparation, and cleanup across various galleys on base. Contractors are required to maintain security clearances, with personnel needing a CONFIDENTIAL Facility Clearance for work in restricted areas. Quality control processes must be established to ensure services meet documented standards, with ongoing evaluations by the government. Sanitation protocols and employee health standards are strictly enforced, requiring kitchen staff to undergo training in food safety regulations. Specific duties, such as cashier functions and cleaning schedules, are detailed, including policies on identifying and addressing operational deficiencies. The document emphasizes the necessity for consistent communication between contractors and military representatives, alongside adherence to existing federal and state regulations for labor and wages. Overall, the PWS aims to ensure high standards in food service operations while emphasizing security, employee qualifications, and quality control within the context of a government contracting framework.
    This document addresses questions and answers pertaining to Solicitation N6883625R0005, focusing primarily on a food service contract currently held by the incumbent, identified by contract number N6883620C0001. Key inquiries cover historical meal counts, contract responsibilities, and pest control management, with roles designated to various contractors and government personnel. Security concerns restrict access to facility photos, while issues such as maintenance, equipment functionality, and transportation of food items are clarified, confirming current responsibilities of Navy cooks and Marines. The document also delineates requirements for Quality Control and Housekeeping Plans within the RFP, with adjustments made to page limits for submissions. It concludes with stipulations about payment systems and regulations regarding the provision of menus. Overall, the file serves as a comprehensive reference for prospective contractors in the bidding process for food service support at Kings Bay, detailing operational oversight and compliance mandates to ensure clarity and accuracy in proposals.
    Lifecycle
    Similar Opportunities
    Base Operations Support (BOS) Services at Naval Station (NS) Mayport, Florida; Marine Corps Support Facility – Blount Island (MSF – BI) Jacksonville, Florida; and the outlying areas supported by these commands
    Buyer not available
    The Department of Defense, through NAVFAC SYSCOM Southeast, is soliciting proposals for Base Operations Support (BOS) Services at Naval Station Mayport and Marine Corps Support Facility – Blount Island in Jacksonville, Florida. The contract encompasses a wide range of services including port operations, facility management, custodial services, pest control, utilities management, and environmental services, with a performance-based approach emphasizing quality and efficiency. This indefinite-quantity contract is expected to have a base period of one year with seven additional one-year options, totaling up to eight years, and will be awarded based on the best value to the government, considering both technical and price proposals. Interested contractors should submit their proposals by December 16, 2025, and direct any inquiries to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil or Cari Fiebach at cari.l.fiebach.civ@us.navy.mil.
    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.
    Force Protection Services at Fleet Logistics Center Jacksonville, Heckscher Fuel Terminal and DLA Distribution at NAS Jacksonville, FL
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking proposals for Force Protection Services at the Fleet Logistics Center Jacksonville Heckscher Fuel Terminal and DLA Distribution at NAS Jacksonville, Florida. The procurement involves comprehensive guard operations, including labor, supervision, management, and necessary equipment, under a performance-based contract structure. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a total contract performance period anticipated to be five years, including a base year and four option years. Interested parties should contact Stephanie Menciano at stephanie.s.menciano.civ@us.navy.mil or 904-542-6953 for further details, and the solicitation is expected to be issued on or after December 10, 2025.
    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.
    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.
    Full Food Services at USCG Sector Corpus Christi, TX
    Buyer not available
    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.
    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.
    DISHWASHER MACHINE LEASE AND MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is soliciting proposals from Women-Owned Small Businesses (WOSB) for a firm, fixed-price lease agreement for a dishwashing machine, along with maintenance services, at the Naval Station Everett Galley. The contract will cover a base year from January 2026 to January 2027, with four additional 12-month option years extending through January 2031, and includes requirements for monthly preventive maintenance, 24-hour on-call service with a 2-hour response time, and on-site training. This procurement is critical for maintaining operational efficiency in food service operations, ensuring that the galley can meet its sanitation and service standards. Interested contractors should contact Jennifer Boyle at jennifer.l.boyle16.civ@us.navy.mil for further details, and must adhere to various security requirements and invoicing protocols as outlined in the solicitation posted on November 26, 2025.
    W912L725RA007 SMYRNA DFAC SOLICITATION 2026-2031
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for dining facility services at the Smyrna Training Site for the Tennessee National Guard, under solicitation number W912L725RA007. The contract, which is a total small business set-aside, requires the contractor to provide comprehensive food services, including meal preparation, serving, and management, while adhering to strict sanitation and security standards. This five-year firm-fixed-price contract includes a one-year base period and four optional one-year extensions, with services expected to commence in February 2026. Proposals are due by December 22, 2025, at 11:00 AM CST, and interested parties should direct inquiries to Rhonda Lien at rhonda.m.lien.civ@army.mil.
    FATS AND BONES REMOVAL SERVICES AT MOFFETT FIELD
    Buyer not available
    The Department of Defense, through the Defense Commissary Agency (DeCA), is soliciting proposals for fats and bones removal services at Moffett Field, California. The contract requires the contractor to provide comprehensive services for the removal, pickup, and disposal of supermarket animal and fish by-products, including fats and bones, with a focus on compliance with federal, state, and local regulations. This service is critical for maintaining sanitation and environmental standards at the commissary, ensuring proper waste management and diversion from landfills. Interested small businesses must submit their proposals by December 18, 2025, at 3:00 PM EST, to Marcella Simmons or Robert French via email, with the anticipated contract period spanning from January 1, 2026, to December 31, 2030.