Full Food and Meal Support Services, Guantanamo Bay, Cuba
ID: N6883626R0001Type: 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, specifically the Department of the Navy, is soliciting proposals for Full Food and Meal Support Services at Naval Station Guantanamo Bay, Cuba. This contract is a total small business set-aside and requires the contractor to provide comprehensive food service operations, including meal preparation and service across multiple dining facilities, while adhering to strict guidelines for menu offerings and quality control. The services are critical for supporting military personnel and operations, ensuring that nutritional needs are met consistently throughout the year. Interested small businesses should contact Joseph Rojas at joseph.a.rojas14.civ@us.navy.mil or 904-606-5877 for further details, and must review the attached Request for Proposal and associated documents for submission requirements and deadlines.

    Files
    Title
    Posted
    The document outlines the detailed hours of operation for four distinct galley facilities: Gold Hill Galley (Iggy Cafe), Camp America Galley, Kittery Cafe, and Leeward Galley. Each galley provides specific meal times for breakfast, lunch, dinner, and midrats (where applicable), with variations noted for Sundays, weekdays (Monday-Saturday), and holidays. The Gold Hill Galley and Kittery Cafe offer midrats services, while the Camp America Galley and Leeward Galley do not. Holiday hours generally mirror Sunday hours across all facilities. The document serves as a comprehensive schedule for dining services, likely for personnel or residents associated with a government or institutional entity.
    This document outlines comprehensive menu guidelines for a government dining facility, covering regular, modified, speed line, salad bar, midnight, Halal, picnic, and Lite Bite options. The regular breakfast menu includes a wide variety of juices, fruits, hot and cold cereals, meats, eggs, starches, pastries, breads, beverages, and condiments. The modified breakfast is a condensed version. Regular lunch and dinner feature soups, two meat entrees (one healthy choice), two starches, two cooked vegetables, a full salad bar, fruits, ice cream, four desserts (two fitness-oriented), and various breads and beverages. The modified lunch and dinner offer two entrees (one healthy), one starch, one vegetable, a modified salad bar, one dessert, and select breads and beverages. The speed line menu focuses on soups, chili, five sandwich/meat entrees (including a low-fat option), and three starches. The salad bar details specific toppings and dressings. The midnight meal is a comprehensive offering combining breakfast and lunch/dinner items. The Halal menu requires Naval Hospital Dietitian approval, strict Halal compliance, specific meat portions, and two religious holiday meals annually. The picnic menu offers choices of hamburgers, hotdogs, chicken, and sides, with options for more expensive meats based on financial status. The Lite Bite menu, served Monday through Saturday for lunch and dinner, and Sundays/holidays for brunch and dinner, provides low-fat and low-cholesterol alternatives, including salads, a special diet plate, three daily soups, specialty sandwiches, and lite desserts across three menu cycles.
    The document, "ATTACHMENT 3 – BOX MEAL GUIDELINES," outlines the minimum requirements for box lunches, likely for a government RFP or grant. Each box lunch must include two sandwiches (except for Cycle #9), carrot and celery sticks, a hardboiled egg, fresh fruit, a bag of chips, cold milk, a dessert item, and two packs of condiments (mustard, ketchup, or mayonnaise). The document also specifies a nine-day rotational cycle for sandwich choices, detailing the specific sandwich combinations for each cycle. Cycle #9 is an exception, featuring a single turkey, ham, and cheese sub with a separate lettuce and tomato package. This attachment ensures standardized meal provisions, critical for contracts involving food services.
    This government file, "ATTACHMENT 4 – REQUISITE SUPPLIES," outlines the comprehensive list of supplies that a contractor must furnish to meet the requirements of a contract, likely a federal or state RFP related to facility maintenance, cleaning, or food service operations. The required supplies cover a broad spectrum, including uniforms (jackets, rubber gloves, aprons, paper caps, hair restraints), cleaning chemicals (oven cleaners, sanitizing solutions, dishwasher compounds, scale removers, toilet cleaners, rinse additives, glass cleaner, chlorine solution, scouring powders, stainless steel polish), cleaning tools and equipment (brushes, water hoses, scouring pads, floor squeegees, wipe cloths, mops, brooms, buckets, buffers, ladders, dust pans), and various consumables (disposable plastic gloves, hand soap, paper towels, food-grade plastic liners, trash bags, sanitizing disposable wipes). The list also includes specialized items like chemical test kits, litmus paper, thermometers, alcohol swabs, and thermocouples. The document emphasizes the contractor's responsibility to provide all necessary items, ensuring comprehensive support for the contracted services.
    Attachment 5 outlines the minimum requirements for a Quality Control Plan (QCP) in government contracts, specifically for food products and services. The QCP serves as a guide to ensure compliance with contract standards throughout performance. Key provisions include an inspection system covering all tasks, scheduled and unscheduled inspection areas with documented frequencies and follow-up processes, methods for identifying and documenting deficiencies, and a corrective action plan. The plan also requires clear communication channels with the government, an organizational chart showing QC personnel's direct accountability to top management, and a monthly reporting system. Essential elements of the plan encompass personnel health and hygiene, safety, employee training, HAZMAT, hazard communication for chemicals, government-furnished property, security, and key control. Inspections are mandated through random sampling, planned sampling, and customer surveys.
    The document,
    The document provides a detailed inventory of kitchen and food service equipment across multiple galley locations, including "LEEWARD GALLEY EQUIPMENT INVENTORY," "GOLD HILL GALLEY EQUIPMENT," "CAMP AMERICA GALLEY NEW EQUIPMENT INVENTORY," and "KITTERY CAFE EQUIPMENT INVENTORY." The inventory lists items such as steam kettles, convection ovens, fryers, tilt grills, freezers, chill boxes, warmers, mixers, ice makers, dishwashers, and various other appliances. Each entry includes the item name, quantity, manufacturer, model number, serial number, and individual price. The document also provides a total cost for the equipment at each location, with a grand total of $504,890.87 for the first section, $484,864.19 for the Leeward Galley, $687,809.51 for the Camp America Galley, and $87,093.49 for the Kittery Cafe. This comprehensive listing is likely for asset management, procurement, or auditing purposes within a government or institutional food service operation.
    The Synchronized Predeployment and Operational Tracker – Enterprise Suite (SPOT-ES) is a joint enterprise suite serving as a central repository for operational contract support information during contingency, humanitarian, and peacekeeping missions. It comprises three systems: SPOT, JAMMS, and TOPSS. SPOT is the federally mandated database for operational contract support, tracking contractor identity, movement, equipment, and contract details, and issuing digitally signed Letters of Authorization (LOAs). JAMMS captures contractor movement and location data at various government service points, feeding this information to SPOT. TOPSS extends SPOT and JAMMS capabilities by providing advanced analytics and reporting through a secure business intelligence solution, offering standard and customizable reports across administrative, audit, contracting, operations, and personnel categories, including geospatial mapping and trend analysis. The document provides contact information for the SPOT-ES Help Desk.
    This Performance Work Statement outlines the requirements for a contractor to provide Full Food Service (FFS) operations at the U.S. Naval Base Guantanamo Bay, Cuba. The contractor will be responsible for procuring, storing, preparing, and serving meals seven days a week, 365 days a year, across multiple galleys and for various operations including migrant feeding and special events. Key responsibilities include managing food inventory, adhering to Navy Food Service Management software for accounting, and establishing fire prevention and evacuation programs. The contractor must provide qualified personnel, including a Project Manager, Assistant Project Manager, Galley Managers, Records Keepers, Cash Collection Agents, and Bulk Storeroom/Provisions Custodians, all subject to specific qualifications, medical certifications, and security clearances. The PWS also details government-furnished property and services, contractor-provided items, and contingency plans for health protection levels and migrant feeding operations, emphasizing strict adherence to Navy and health regulations.
    The provided document indicates that the proper contents could not be displayed, suggesting an issue with the user's PDF viewer. It recommends upgrading to the latest version of Adobe Reader for Windows, Mac, or Linux, with links provided for download and further assistance. The document also includes trademark information for Windows, Mac, and Linux. This file serves as a troubleshooting guide for accessing other government documents, RFPs, or grants that may be in a PDF format requiring a specific viewer.
    This government file outlines critical deliverables for contractors, focusing on financial accountability and operational compliance within food service management. Key items include daily and monthly meal accountability forms (NAVSUP 1291 & 1292), a monthly General Mess Summary Document (NAVSUP 1359), and a comprehensive package of monthly financial-return supporting documents (e.g., NAVSUP Forms 367, 338, 1059, DD Form 1544, DD Form 1149, DD Form 1131, NAVCOMPT Form 470). All financial documentation must adhere to NAVSUP P-486 guidelines and be submitted to the COR/FSO within specified timelines. Additionally, contractors must comply with sanitation inspections based on TriService P-5010, rectifying any discrepancies immediately. A contingency plan for feeding additional personnel during a surge, per section 1.6.1, must also be developed and submitted within 24 hours of notification. This document emphasizes stringent reporting, financial accuracy, and readiness for operational continuity.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Naval Station Guantanamo Bay Cuba Liquefied Natural Gas
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE), is soliciting proposals for the delivery of Liquefied Natural Gas (LNG) to Naval Station Guantanamo Bay (NSGB), Cuba. This procurement involves a firm-fixed price, indefinite delivery indefinite quantity (IDIQ) contract for an estimated total of 4,053,860 MMBtu of LNG over a five-year period, from April 2026 to April 2031, with deliveries scheduled every 14-21 days to maintain a 14-day reserve for the natural gas-powered combined cycle power plant. The contract includes specific requirements for LNG composition, vessel specifications, and compliance with federal regulations, emphasizing the use of U.S.-flagged vessels for transportation. Proposals are due by December 30, 2025, and interested parties can contact Antonio Borges Rosario at antonio.l.borgesrosario.civ@us.navy.mil or Ryan Bell at ryan.d.bell16.civ@us.navy.mil 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 proposals for Full Food Services at USCG Sector Corpus Christi, Texas, under RFQ 70Z08426QAA850100. The procurement requires the contractor to provide comprehensive food services, including meal preparation, dining facility management, and quality control, to meet the nutritional needs of approximately 311 active-duty personnel, with an anticipated increase in personnel over the contract period. This contract is significant for ensuring the health and well-being of service members and includes a firm-fixed price structure with a base period from May 1, 2026, to April 30, 2027, and four one-year option periods extending to April 30, 2031. Interested parties must submit their quotes by December 30, 2025, and can direct inquiries to Bahar Cabrera or Luis Torres via email before the question deadline on December 12, 2025.
    Full Food Service Coast Guard Base Elizabeth City, North Carolina
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from qualified contractors to provide full food service at the Coast Guard Base in Elizabeth City, North Carolina. The contractor will be responsible for comprehensive dining facility management, including food preparation, serving, cleaning, and quality control, while ensuring adherence to food quality standards and sanitation regulations. This service is crucial for supporting daily meals for military personnel, special events, and emergency provisions. Interested parties must submit their pricing Rough Order of Magnitude using the provided price form by the indicated deadline to Contract Specialist Mr. Kevin P. Sullivan at Kevin.P.Sullivan@uscg.mil. The contract is expected to cover a five-year period from April 1, 2026, to March 31, 2031.
    VTARNG RTI Full Food Service JAN - JUN 2025
    Dept Of Defense
    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.
    Meals Support Bluffdale, UT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for meal support services in Bluffdale, Utah, under a total small business set-aside contract. The procurement aims to provide perishable prepared food manufacturing services, which are essential for meeting dietary needs and ensuring the well-being of personnel. The place of performance for this contract will be in Ogden, Utah, and interested vendors can reach out to Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com for further details. The opportunity is categorized under the NAICS code 311991 and PSC code 8940, with a focus on special dietary foods and preparations.
    FULL FOOD SERVICES - USCG SECTOR HOUSTON - GALVESTON
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide full food services at the USCG Sector Houston-Galveston. The contractor will be responsible for managing the dining facility, which includes preparing meals, stocking and serving food, cleaning facilities, and handling cashier services, all while adhering to Coast Guard standards for menu preparation and sanitation. This opportunity is crucial for maintaining the operational readiness and morale of Coast Guard personnel, and interested parties are invited to submit their qualifications by December 30, 2025, to Mr. Vince Zentner at vince.e.zentner@uscg.mil. There is no solicitation at this time, and the government will not assume any financial responsibility for costs incurred in response to this request for information.
    Full Food Service at the Coast Guard Academy
    Homeland Security, Department Of
    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.
    Recompete OWF Troop Feeding Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the "Recompete OWF Troop Feeding Services" contract, which is set aside for Women-Owned Small Businesses (WOSB). The contractor will be responsible for providing catered boxed meals for Unit Training Assemblies (UTAs) at Shaw Air Force Base in South Carolina, including breakfast, lunch, and dinner services, with a total award amount of $9,000,000.00. This contract is crucial for ensuring that military personnel receive adequate nutrition during training weekends, particularly due to the closure of dining facilities. Interested parties should note that the solicitation was issued on December 17, 2025, with proposals due by December 30, 2025; for further inquiries, they can contact Jeesenia Nauta Criollo at jeesenia.nautacriollo@us.af.mil or Shaunannette D. Watson at shaunannette.watson@us.af.mil.
    151 ESB Catered Meals 5JAN-10APR 2026
    Dept Of Defense
    The Department of Defense, through the South Carolina Army National Guard, is soliciting proposals for the provision of catered meals for the 151st Enhanced Separate Brigade 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 utilizing the SCARNG FY25 14 Day Menu, with all meals to be served buffet-style or in appropriate containers. This procurement is critical for supporting the brigade's annual training event, ensuring that service members receive nutritious meals during their training period. Interested small business contractors must submit their quotes by December 18, 2025, and can direct inquiries to Kevin Esber at kevin.j.esber.mil@army.mil, with an estimated total contract value of $9 million.
    DFAC Service, Camp Murray, WA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses from qualified vendors for Weekend Dining Facility Services at Camp Murray, Washington. The anticipated requirement includes providing lunch meals for three consecutive days each month, encompassing setup, preparation, cooking, and cleanup, all in compliance with DoD and Air Force nutritional standards. This service is crucial for maintaining the dietary needs of personnel at the 194th Wing, Washington Air National Guard, with food supplied by the 194th Wing Force Support Squadron. Interested parties must submit their responses, including company information and capabilities, by January 30, 2026, at 4:00 PM, to the 194th Contracting Office via email at 194.wg.fal.msc.contracting@us.af.mil. This opportunity is set aside for small businesses under the SBA guidelines.