Request For Proposals (RFP) - USDA South Building Foodservice Operator - Washington D.C.
ID: 12314425R0002Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFUSDA, DEPARTMENTAL ADMINISTRATIONUSDA, OPPM/POD ACQ MGMT BRANCH WDCWASHINGTON, DC, 20024, USA

NAICS

Food Service Contractors (722310)

PSC

HOUSEKEEPING- FOOD (S203)

Set Aside

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

    The United States Department of Agriculture (USDA) is seeking proposals from qualified Foodservice Contractors to operate the cafeteria in its South Building located in Washington, D.C. The contractor will be responsible for providing a diverse range of high-quality, freshly prepared meals while adhering to sustainability practices and federal food service guidelines. This initiative aims to enhance dining services for approximately 3,000 USDA personnel and public visitors, emphasizing the use of locally sourced and American-made products, alongside implementing waste reduction and composting programs. Proposals are due by 5 PM ET on October 23, 2024, with a site visit scheduled for October 9, and the anticipated contract period spans from February 1, 2025, through January 31, 2030, including four option years. Interested contractors should contact Elliot Dale at elliot.dale@usda.gov or Carlton L. Bradshaw at carlton.bradshaw@usda.gov for further information.

    Point(s) of Contact
    Carlton L. Bradshaw
    carlton.bradshaw@usda.gov
    Files
    Title
    Posted
    The United States Department of Agriculture (USDA) is soliciting proposals for a qualified Foodservice Contractor to manage a cafeteria in its South Building, emphasizing innovative, sustainably sourced food options. The contractor will be responsible for daily operations, including providing a variety of fresh, high-quality meals, implementing waste reduction and composting programs, and ensuring compliance with federal food service guidelines. Key responsibilities include maintaining cleanliness, managing catering services (where separate agreements exist), adhering to specific health and safety standards, and continuous staff training. The cafeteria, capable of seating 300 patrons, is expected to cater primarily to approximately 3000 USDA personnel and varying public visitors. The USDA will monitor contractor performance through inspections and reports, ensuring quality service without interruption. Food purchasing will focus on American-made and locally sourced products. The contract mandates a maximum allowable net profit of 10% of sales, with detailed monthly financial disclosures required. This initiative reflects an objective to support sustainable practices and enhance workplace dining experiences while aligning with federal compliance and health standards. The successful contractor must demonstrate experience, operational capability, and commitment to uphold the USDA's sustainability goals and food safety regulations.
    The document comprises Questions and Answers for two Requests for Proposals (RFPs) identified as RFQ 12314424Q0122 and RFP 12314425R0002. It is divided into two attachments, each addressing questions pertinent to the respective RFPs. The inquiries cover various sections and paragraphs of the documents, providing clarification on specifications, requirements, and application processes. The main purpose of this document is to assist potential bidders by clarifying uncertainties related to the RFPs, fostering a transparent procurement process for federal grants and local RFPs. By responding to listed questions, the document aims to ensure that bidders have a comprehensive understanding of the project specifications, decreasing misinterpretations or omissions when submitting proposals. This communication is crucial for promoting fair competition and ensuring that all bidders are on equal footing, which enhances the quality of responses and ultimately meets governmental project goals. The structured Q&A format facilitates easy navigation and reference for both the contracting agency and prospective bidders, maintaining the integrity of the procurement process.
    This document outlines food service operating standards for inspection purposes, focusing on employee performance, food safety practices, cleanliness, and maintenance protocols. The standards require that food stations are adequately staffed, well-stocked, and present clear menus. Employee conduct must follow hygiene regulations, ensuring cleanliness and safety during food preparation and service. Proper food storage and handling practices are detailed, including FIFO methods and temperature controls to prevent contamination. Cleanliness extends to the facility, requiring regular deep cleaning and maintenance of dining areas, kitchen equipment, and waste disposal practices. The intent of these standards is to uphold high-quality service and safety in food environments, aligning with regulatory compliance for health and sanitation in federal and local government operations. Overall, they serve as a guideline for maintaining operational integrity while ensuring customer satisfaction and public health protection.
    The document outlines the Performance Quality Standards for foodservice operations in the South Building, including deliverables, reporting frequencies, performance indicators, and standards of service. It specifies deliverables such as the Kick Off Meeting, Monthly Activity Reports, Weekly Status Reports, and Project Management Plans, with prescribed submission formats. Key performance areas include Menu and Marketing, Customer Service, Equipment Quality, Cleaning and Maintenance, Food Safety, and Personnel Quality. Each area includes indicators, acceptable quality levels (AQL), methods of surveillance, and consequences for non-compliance, such as potential negative ratings on the Contractor Performance Assessment Reporting System (CPARS). Standards stress zero deviations for critical guidelines, like marketing plans and food safety practices, with regular inspections and reports to maintain compliance. The document emphasizes the importance of sustainability in disposal, cleanliness standards, and staff training, ensuring high operational efficiency and sanitation. This comprehensive framework aims to maintain foodservice quality and safety while adhering to federal standards, critical for government RFPs and contracts involving public facilities.
    The document details a comprehensive inventory of government-furnished model property, primarily focusing on various commercial kitchen equipment. It includes specifications such as item descriptions, model numbers, quantities, and serial numbers for equipment ranging from reach-in coolers and ovens to food warmers and slicers. Key items include models from notable brands like Hobart, Vitamix, and True, with multiple quantities for certain items like the Hobart Roll-in Coolers and the Henny Penny Combi Ovens. The inventory suggests a substantial need for commercial kitchen equipment likely related to federal, state, and local programs aimed at enhancing food service operations in government facilities. The purpose of this document can be inferred as support for government RFPs and grants by providing a clear inventory of available equipment, which could be leveraged in proposals for funding or in fulfilling specific governmental service needs. The comprehensive nature of the list reflects a systematic approach to cataloging government assets, ensuring precise allocation during procurement processes. This ensures efficiency in food service operations within governmental entities.
    The USDA South Building Foodservice Contractor document outlines contract provisions and clauses relevant to federal procurement under the Federal Acquisition Regulation (FAR). It specifies several mandatory clauses that contractors must adhere to, including regulations on internal confidentiality, entity ownership, responsibility matters, and small business program representations. Key areas addressed in the provisions include safeguarding federal contract information, compliance with labor standards, and guidelines against discrimination and child labor. The contract emphasizes the significance of protecting sensitive information and stipulates insurance requirements for contractors. The timeline for contract performance is noted, along with the expectation for key personnel assignments. Progress reporting requirements are established to ensure transparency and accountability throughout the contract duration. Overall, the document serves as a comprehensive guide for contractors, detailing obligations and expectations in alignment with government policies regarding food service operations within the USDA South Building.
    The United States Department of Agriculture (USDA) is soliciting proposals for a Foodservice Contractor to operate its cafeteria in the South Building of Washington, D.C., as part of a no-cost contract. This Request for Proposal (RFP), issued under NAICS code 722310, is restricted to small businesses and emphasizes sustainability and high-quality service. The contractor is expected to provide diverse, freshly prepared food options while adhering to federal food service guidelines. The acquisition process involves two phases: Phase I focuses on evaluating prior experience, while Phase II prioritizes the contractor's approach to food service and management of ongoing operations. Evaluations will consider experience, personnel qualifications, and operational strategies, with a strong emphasis on customer service and sustainability practices. Proposals are due by 5 PM ET on October 23, 2024, with a site visit scheduled for October 9. The anticipated contract period is from February 1, 2025, through January 31, 2030, including four option years. Interested contractors must ensure they are registered as small businesses on the SAM.gov database, following relevant guidelines and ensuring compliance with solicitation requirements. The selected contractor will help enhance the quality of dining services, supporting USDA's mission to provide a sustainable food service program.
    Similar Opportunities
    AMENDMENT NO. 0001 REQUEST FOR INFORMATION (RFI)'s FOR THE DEPARTMENT OF ENERGY (DOE) FORRESTAL BUILDING DINING SERVICES
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for dining services at the Department of Energy's Forrestal Building located in Washington, DC. The contract, which will commence on January 6, 2025, is structured as a No Cost five-year base contract with two optional five-year extensions, totaling a potential 15 years of service. The selected contractor will be responsible for operating the main cafeteria and a snack bar, focusing on quality food, sustainable practices, and compliance with federal guidelines while catering to a diverse workforce. Interested vendors must submit their proposals by October 8, 2024, at 9:00 AM EST, and are encouraged to attend a pre-bid conference on September 11, 2024, for further details. For inquiries, contact Patricia Davis at patricia.davis@gsa.gov or by phone at 202-205-5869.
    DARPA Food Service Concessions
    Active
    Dept Of Defense
    The Defense Advanced Research Projects Agency (DARPA) is seeking qualified vendors to establish a food service concession at its facility in Arlington, Virginia, with the aim of enhancing workplace amenities through a fully operational cafeteria. The contractor will be responsible for providing high-quality, minimally processed food options, including breakfast, lunch, and snacks, while adhering to strict hygiene and safety standards, and catering to dietary restrictions. This initiative is crucial for promoting convenience and satisfaction among employees and visitors, with a no-cost contract anticipated to be awarded to a single firm starting in January 2025. Interested parties must submit their responses to the Sources Sought Notice by October 9, 2024, and can direct inquiries to Mary Beth Colavito at DARPAConcessionsRequirement@darpa.mil.
    Gaithersburg Pop-Up Food Services
    Active
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST) is seeking qualified firms to provide pop-up food services at its Gaithersburg, Maryland campus during cafeteria renovations expected to conclude in fall 2024. The contractor will be responsible for managing all aspects of food preparation, transportation, serving, and cleanup, ensuring compliance with health regulations, as the site lacks kitchen facilities. This opportunity is particularly aimed at small and socioeconomic businesses, with a focus on delivering gourmet breakfast and lunch options while adhering to federal guidelines and safety standards. Interested vendors must submit a detailed Statement of Capability by October 11, 2024, to Tony Schmidt at tony.schmidt@nist.gov, as this notice serves as a market research tool rather than a formal request for proposals.
    Commercial Kitchen Equipment Purchasing, Installation, Repair, and Preventive Maintenance in the Washington, DC
    Active
    General Services Administration
    The General Services Administration (GSA) is conducting market research to identify qualified contractors for the procurement, installation, repair, and preventive maintenance of commercial kitchen equipment in the Washington, DC metropolitan area. The selected contractors will assist the Facilities Management and Services Programs Division in assessing inventory, evaluating equipment conditions, and prioritizing maintenance needs, while being capable of self-performing all required services. This Sources Sought notice is for informational purposes only, with no commitment from the Government to award a contract based solely on responses. Interested parties must submit their responses by October 11, 2024, at 4:30 PM ET, and can direct inquiries to Andrew McElroy at andrew.mcelroy@gsa.gov.
    Supplement 210 to the AMS Master Solicitation for the Purchase of Miscellaneous Beef Items for Distribution
    Active
    Agriculture, Department Of
    The US Department of Agriculture's Agricultural Marketing Service (AMS) has issued an updated Supplement 210 as part of its Master Solicitation for the procurement of frozen miscellaneous beef items for federal food and nutrition assistance programs. The focus is on purchasing beef roasts and diced beef from qualified suppliers. This opportunity is primarily aimed at ensuring an adequate supply of beef products that adhere to specific quality, safety, and compliance standards. The AMS seeks to engage suppliers who can meet these criteria while also adhering to humane animal handling practices and food defense requirements. Scope of Work The key tasks for the successful awardee will involve: Supplying frozen beef roasts and diced beef that meet the specified standards, including meat component, grade, and pathogen intervention requirements. Adhering to detailed harvesting, packaging, and labeling instructions, ensuring product integrity and safety. Delivering the beef items under specific temperature requirements and with appropriate sealing and labeling to ensure security and compliance. Providing a warranty, complaint resolution procedures, and a mechanism to prevent the delivery of non-conforming products. Bearing the cost of any audits or certification processes required for contract compliance. Eligibility Criteria Potential applicants should possess the capabilities to meet the extensive requirements outlined in the Federal Purchase Program Specification (FPPS). This includes the ability to harvest, process, and supply beef products that align with the specific standards detailed in the solicitation. Experience in working with the USDA and knowledge of its regulations and standards would be a distinct advantage. Funding and Contract Details The contract type and estimated funding associated with this opportunity were not provided. However, the solicitation indicates that the USDA intends to procure a significant quantity of frozen beef items over an extended period. Applicants should factor in the potential costs of compliance with the extensive requirements outlined in the FPPS. Submission Process The submission process involves a two-stepped approach: Applicants should first submit a technical proposal via email, following a specified format. This proposal should outline their capabilities and how they meet the specific requirements. Changes to the technical proposal can be made at any time before the unspecified deadline. It is the responsibility of the applicant to ensure their proposal remains up-to-date. Evaluation Criteria The evaluation of applications will give priority to suppliers who can demonstrate an understanding of and ability to meet the detailed requirements outlined in the solicitation. The USDA will assess applicants' capacity to adhere to the FPPS specifications, their experience in the industry, and their proposed production plans. Additionally, the USDA will conduct a food defense audit of each applicant's Food Defense Plan before opening bids. Contact Information For further clarification or questions, interested parties can contact Mark Lemon at mark.lemon@usda.gov. Suppliers should carefully consider the comprehensive requirements before submitting their applications. The solicitation, with its detailed specifications, serves as a comprehensive guide for applicants.
    Two-Step Sealed Bid Solicitation: Vegetarian Beans Step One: Request for Technical Proposals (RFTP)
    Active
    Agriculture, Department Of
    Special Notice: AGRICULTURE, DEPARTMENT OF is seeking Vegetarian Beans through a Two-Step Sealed Bid Solicitation. The beans will be used for domestic food assistance programs in the United States. The solicitation will be available electronically through the USDA Web Based Supply Chain Management (WBSCM) and the Contract Opportunities website. The contract type will be firm-fixed-price. The beans must be a product of the United States. Interested parties must meet the vendor qualification requirements established by AMS. Bids and price adjustments must be submitted through the WBSCM system. For more details, refer to the attached documents and the Master Solicitation for Commodity Procurements – Domestic Programs (MSCP-D) on the AMS website.
    MSG Food Service
    Active
    State, Department Of
    The U.S. Department of State, through the American Embassy in Bridgetown, is seeking quotations for cook services for Marine Security Guards under RFQ 19BB2124Q0013. The contract will cover food service management, including menu planning, preparation, and compliance with health and safety standards for a one-year period, with options for two additional years based on performance. This procurement is crucial for maintaining the operational efficiency and quality of food services for the embassy's security personnel. Quotations are due by October 11, 2024, at 10:30 am local time, and interested parties must ensure they are registered in the System for Award Management (SAM) and submit the required documentation to be considered. For further inquiries, contact Paul Kopecki at Bridgetownprocurement@state.gov or call 246-227-4305.
    NIEHS Industry Day (Onsite) - Cafeteria / Food Services
    Active
    Health And Human Services, Department Of
    The National Institute of Environmental Health Sciences (NIEHS) is hosting an onsite Industry Day on October 22, 2024, to discuss its cafeteria and food services requirements at its Durham, North Carolina campus. The event aims to engage potential vendors in understanding the draft Statement of Work (SOW) for providing high-quality, minimally processed food options to approximately 1,000 staff, emphasizing sustainability, cleanliness, and customer satisfaction. This procurement is crucial for maintaining a welcoming dining environment that adheres to health standards and promotes eco-friendly practices. Interested vendors must register by October 18, 2024, and are required to present a valid Government ID for entry; for further inquiries, they can contact Dan Rich at dan.rich@nih.gov or Melissa Gentry at melissa.gentry@nih.gov.
    Canned Boned White Meat Chicken for use in Domestic Food Assistance Programs
    Active
    Agriculture, Department Of
    Solicitation: AGRICULTURE, DEPARTMENT OF is seeking Canned Boned White Meat Chicken for use in Domestic Food Assistance Programs. This procurement is part of USDA's Agricultural Marketing Service (AMS)-Commodity Procurement Program (CPP) and is intended to provide food assistance to various locations in the United States. The solicitation may include small business set-asides, service-disabled veteran-owned set-asides, and preferences for qualified HUBZone small businesses. The solicitation will be available electronically through USDA Web Based Supply Chain Management (WBSCM) and Contract Opportunities website. The contract type will be firm-fixed-price. The products must be a product of the United States and must meet the commodity and packaging requirements specified in the solicitation. Potential contractors must meet the AMS vendor qualification requirements. Bids and price adjustments must be submitted through WBSCM. The solicitation should be read in conjunction with the Master Solicitation for Commodity Procurements – Domestic Programs (MSCP-D) and commodity specifications documents available on the AMS website.
    USDA Request for Information (RFI) - Drupal Web Development and O&M Services
    Active
    Agriculture, Department Of
    The Department of Agriculture (USDA) is seeking responses to a Request for Information (RFI) regarding Drupal Web Development and Operations & Maintenance (O&M) Services. The USDA's Departmental Administration Information Technology Office (DAITO) aims to enhance its online content management capabilities, focusing on web application development, user experience design, and comprehensive project management, while ensuring compliance with federal standards and security protocols. This initiative is critical for improving the efficiency and effectiveness of USDA's digital services, with an emphasis on 24/7 technical support, system integration testing, and rigorous quality assurance. Interested parties should respond via the provided MS Forms link, as email and phone inquiries will not be accepted; further details can be found in the attached Draft Performance Work Statement (PWS).