2025-2029 National Mobile Food Service Unit (MFSU) Support IDIQ
ID: 1202SC24R2100Type: Presolicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, INCIDENT PROCUREMENT LOGISTICSBoise, ID, 837055354, USA

NAICS

Food Service Contractors (722310)

PSC

NATURAL RESOURCES/CONSERVATION- FOREST-RANGE FIRE SUPPRESSION/PRESUPPRESSION (F003)

Set Aside

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

    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for the 2025-2029 National Mobile Food Service Unit (MFSU) Support under Solicitation No. 1202SC24R2100. This procurement aims to establish multiple-award Indefinite Delivery-Indefinite Quantity (IDIQ) contracts for mobile food services to support fire suppression and all-hazard incidents across various locations in the western United States. The selected contractors will be responsible for providing nutritious meals and related services, ensuring operational capability in both urban and remote areas, with a focus on meeting strict performance standards. Proposals are due by April 25, 2025, with a performance period starting July 1, 2025, and extending through December 31, 2025, with potential renewals up to four additional years. Interested parties can contact Dana Price at dana.price2@usda.gov or call 703-431-6656 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a Request for Proposal (RFP) (Solicitation Number 1202SC24R2100) issued by the USDA Forest Service for National Mobile Food Service Units (MFSU) Indefinite-Delivery/Indefinite-Quantity (ID/IQ) contracts for the period of 2025-2029. The solicitation seeks offers for MFSU services with a performance period from July 1, 2025, to December 31, 2025, and an effective period from July 1, 2025, to December 31, 2029. The NAICS code is 722310 with a size standard of $47 million, and it is set aside for small businesses. Offers are due by April 24, 2025, at 0900 MST. The document outlines payment, administration, and delivery details, including instructions for invoicing via the FS Robotic Process Automation (RPA) into the Invoice Processing Platform (IPP). It also includes a schedule of supplies/services with a minimum guarantee for the MFSU Company and specifies that additional contract line items will be established for each MFSU awarded. Dana L. Price is the contracting officer.
    The USDA Forest Service has issued Solicitation No. 1202SC24R2100 for National Mobile Food Service Units (MFSU) support. This Request for Proposal (RFP) seeks to establish multiple-award, Indefinite-Delivery/Indefinite-Quantity (IDIQ) contracts for MFSUs, with a 100% small business set-aside. The acquisition is structured in two phases: Phase 1 awards "Parent" IDIQ contracts based on lowest-priced/technically acceptable proposals for MFSUs, while Phase 2 involves Task Order (TO) awards for Designated Dispatch Points (DDPs) to IDIQ awardees. The contracts will have a base period through December 31, 2025, with four one-year option periods, potentially extending to June 30, 2030. Offerors must submit detailed proposals including SF-1449, a Schedule of Items for each unit, and an MFSU Description & Equipment Requirements Checklist. Pricing will be submitted electronically for both IDIQ and DDPs, with a minimum guarantee of $5,000 for each awardee. The solicitation outlines three priority levels for dispatch based on DDP task orders and availability periods, with historical data on orders by Geographical Area Coordination Center provided for reference.
    The U.S. Forest Service has issued Solicitation No. 1202SC24R2100 for National Mobile Food Service Units (MFSUs) as part of an Indefinite Delivery/Indefinite Quantity (IDIQ) contracting process. This solicitation seeks proposals for mobile food service supported during federal emergencies, such as fire suppression and other incidents. It is geared towards small business concerns and includes a two-phase evaluation process, focusing first on reasonably priced and technically acceptable offers for National MFSU “Parent” contracts. Offerors must submit specific documentation, including completed SF-1449 forms and equipment checklists, via email. The resulting contract from this solicitation could span from July 1, 2025, to December 31, 2029, with an initial award period followed by four potential renewal options. Key requirements include the provision of complete MFSUs located at designated dispatch points, with mandatory availability periods for key personnel and resources. Pricing must be competitive and structured around multiple meal types and equipment usage, with supplementary items evaluated separately. This initiative illustrates the Department of Agriculture's commitment to ensuring effective food service logistics in emergency situations, thereby supporting rapid and comprehensive response efforts.
    The document outlines a Request for Proposal (RFP) issued by USDA Forest Service for acquiring National Mobile Food Service Units (MFSUs). The contract is structured as an Indefinite-Delivery/Indefinite-Quantity (ID/IQ) with a performance period extending from July 1, 2025, to December 31, 2025, and an effective period lasting until December 31, 2029. Proposal submissions are required by April 24, 2025, at 09:00 MST, and potential offerors are encouraged to review the Performance Work Statement and additional sections attached to the solicitation. The document specifies a minimum guarantee and outlines parameters for invoicing, noting the submission process through the Invoice Processing Platform. The solicitation is categorized under various small business designations, indicating a preference for eligible small business participation in the bidding process. All responses must follow the Federal Acquisition Regulation (FAR) guidelines referenced within the solicitation. The RFP reflects the government's continued investment in logistical support services, ensuring enhanced operational capabilities during incidents requiring food services.
    This amendment (1202SC24R2100-0001) to a solicitation issued by USDA-FS Incident Procurement Logis in Boise, ID, on September 30, 2024, addresses changes and clarifications to the original document. The primary purpose of this amendment is to provide the Government's responses to questions received prior to the Pre-Solicitation Conference and to furnish the conference link. It also specifies the Period of Performance from July 1, 2025, to December 31, 2029. Offerors must acknowledge receipt of this amendment by April 4, 2025, through one of the outlined methods: completing and returning copies of the amendment, acknowledging receipt on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge may result in the rejection of an offer.
    The USDA Forest Service is soliciting proposals for National Mobile Food Service Units (MFSUs) under Solicitation No. 1202SC24R2100. This two-phase acquisition, set aside for small businesses, will result in multiple-award Indefinite-Delivery/Indefinite-Quantity (IDIQ) contracts. Phase 1 evaluates MFSUs based on the Lowest Priced/Technically Acceptable (LPTA) process for "Parent" IDIQ awards. Phase 2 involves a fair opportunity competition for National MFSU Task Orders (TOs) at Designated Dispatch Points (DDPs) using a best value selection. The contract period spans from the award date through December 31, 2025, with four one-year options. Offerors must submit detailed proposals, including SF-1449, a Schedule of Items for each unit, and an MFSU Description & Equipment Requirements Checklist, via email by April 4, 2025. The solicitation outlines pricing for various services and optional items, and establishes priority levels for dispatching MFSUs based on DDP awards and availability periods.
    The USDA Forest Service's National Mobile Food Service Units (MFSU) contract uses a Quality Assurance Surveillance Plan (QASP) to monitor contractor performance. This QASP outlines surveillance methods such as random visual checks, sampling, customer complaint reviews, and documentation analysis. It details deduction methods for substandard performance, including discussions, non-compliance notices, and payment deductions based on specific performance standards and acceptable quality levels (AQLs). Key performance standards cover equipment availability, professional conduct, timely menu submission, food quality and quantity, menu variety, on-site shift provisions, packaging, and key personnel availability. Deductions are calculated based on a percentage of the invoice for each deviation exceeding the AQL. The government uses a checklist to evaluate performance daily, notifying contractors of any deductions. This plan ensures the contractor meets contractual requirements for providing mobile food services.
    The document addresses questions and comments regarding Request for Proposal (RFP) 1202SC24R2100 for 2025-2029 National Mobile Food Services (MFS) Unit Support. Key topics include the April 24, 2025, due date and an anticipated award date in June. Clarifications were provided on the electronic submission form, definitions of Dispatch Point (DP) and Designated Dispatch Point (DDP), and requirements for physical addresses for MFSUs. The RFP outlines pricing structures for Priority 1, 2, and 3 dispatches, the use of the WildNICC system, and evaluation factors. It also details requirements for supplemental tents, hot food delivery vehicles, hand washing units, and mileage rates. Financial aspects cover the availability of funds and economic price adjustments based on CPI for fuel/transportation. Personnel requirements specify four key personnel, and food service guidelines address meal types, protein rotations, and acceptable quality levels for customer complaints. The document also clarifies submission procedures, file size limitations, and page limits for the technical proposal and experience sections.
    The USDA Forest Service is soliciting proposals under Solicitation No. 1202SC24R2100 for National Mobile Food Service Units (MFSUs), intending to establish multiple-award Indefinite-Delivery/Indefinite-Quantity (IDIQ) contracts. This solicitation seeks vendors to provide comprehensive mobile food service support during fire suppression and other emergencies, with awards given based on a Lowest Priced/Technically Acceptable (LPTA) process. Offerors must submit detailed proposals, including itemized pricing, descriptions of the MFSUs, and compliance certifications. The contract period extends from the date of award through December 31, 2025, with options for four one-year extensions. At least one complete MFSU system fulfilling specified requirements must be proposed, with awards made to small businesses exclusively. The government anticipates substantial service demand, based on historical order data, with a minimum order guarantee for contractors. The proposal framework emphasizes fair opportunity evaluation and encourages innovation in service delivery while adhering to federal regulations. The aim is to enhance operational readiness and response capabilities during emergencies, showcasing commitment to effective resource management in fire and incident response.
    The document serves as an amendment to a solicitation related to USDA-FS Incident Procurement, specifically for a contract modification with updated terms and conditions. It emphasizes the importance of acknowledging the amendment by the contractors, either through submission of amended offers or electronic communications before the specified deadline. The amendment addresses changes as specified in the document and outlines the period of performance from July 1, 2025, to December 31, 2029. Additionally, it includes the Government's responses to questions collected prior to a pre-solicitation conference and provides a link for attendance. It reinforces that all other terms and conditions of the original solicitation remain unchanged, thereby ensuring clarity and compliance in the contracting process. The structured format includes sections for the solicitation and modification identification, contractor details, and specific modifications needed—a common approach in federal RFPs to maintain organization and transparency throughout the procurement process.
    The document pertains to Request for Proposal (RFP) 1202SC24R2100, issued by the U.S. Forest Service for the 2025-2029 National Mobile Food Services (MFS) Unit Support. It outlines the procurement process and submission requirements for contractors interested in providing mobile food services during incidents. The RFP includes specifications on Dispatch Points, Mandatory Availability Periods, and the evaluation of pricing proposals. Key aspects include clarification on address requirements, personnel distance from equipment, and the non-allowance of multiple awards for overlapping periods. Further, it defines evaluation criteria, including price analysis and the importance of responding to inquiries through an official channel. The document also stipulates that funding is contingent on annual government allocations, which are typically received in autumn. Contractors must adhere to specific operational standards related to dining supplies and personnel, with strict guidelines on issues such as meal delivery and sanitation facilities. Overall, this RFP is a comprehensive outline designed to support clear communication and efficient procurement of mobile food services for emergency response operations, ensuring alignments with federal procurement practices and standards.
    The document outlines the Quality Assurance Surveillance Plan (QASP) for the USDA Forest Service's National Mobile Food Service Units (MFSU). Its primary purpose is to establish methods for monitoring contractor performance, focusing on Service quality rather than the methods of delivery. The government emphasizes the contractor's accountability for quality control, while it conducts regular performance evaluations through methods like random checks, sampling, and customer complaints. Performance standards are specified, with measurable Acceptable Quality Levels (AQL) and corresponding deductions for substandard performance outlined. For example, deviations in supply, equipment, or service could incur deductions of up to 40% from total invoice amounts based on severity. The document includes a structured checklist for evaluating contractor compliance with various service standards. By articulating specific performance requirements and consequences for non-compliance, the QASP aims to ensure high-quality mobile food services are consistently provided in federal settings. Overall, the document serves a regulatory function within the framework of government RFPs, focusing on maintaining service integrity and compliance with contract stipulations.
    This document is an amendment to Solicitation 1202SC24R2100, identified as Amendment/Modification No. 0002, with an effective date of September 30, 2024. Issued by USDA-FS INCIDENT PROCUREMENT LOGIS in Boise, ID, the amendment's primary purpose is to provide the Government's responses and transcript to questions and discussions from a pre-solicitation conference. Offerors must acknowledge receipt of this amendment by April 12, 2025, through specified methods, including completing and returning copies of the amendment, acknowledging receipt on the offer, or via separate communication. Failure to acknowledge receipt by the deadline may result in the rejection of offers. The period of performance for the solicitation is from July 1, 2025, to December 31, 2029. All other terms and conditions of the original solicitation remain unchanged.
    The USDA Forest Service's Solicitation No. 1202SC24R2100 seeks proposals for National Mobile Food Service Units (MFSUs) to support fire suppression and all-hazard incidents. This is a two-phase, multiple-award, Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, 100% set-aside for small businesses. Phase 1 awards "Parent" IDIQ contracts based on a Lowest Priced/Technically Acceptable evaluation. Phase 2 involves competitive Task Orders (TOs) for Designated Dispatch Points (DDPs) with Mandatory Availability Periods (MAPs), evaluated using a best value selection. Contractors must provide complete MFSU systems, meet minimum capability requirements, and specify their Dispatch Points. Pricing is required for a base period (2025) and four option years (through 2029), with an optional extension to mid-2030. The solicitation details various clauses, exhibits, and attachments, including equipment requirements, meal standards, and historical ordering data by geographical area. The estimated total value of mobile food services from 2019-2023 was over $395 million.
    The government's pre-solicitation conference on April 7, 2025, outlined requirements for providing nutritional meals and related services when feeding 200+ people for at least 72 hours. The procurement uses a two-phase approach under FAR Parts 12 and 15, focusing on commercial products and negotiated contracting. Phase one evaluates proposals based on the lowest price technically acceptable, awarding National IDIQs. Phase two involves a best-value solicitation for DDP task orders, issued only to National IDIQ awardees. Key requirements include units being within a 75-mile radius of an airport code and key personnel residing within 60 miles or one hour of the DDP location. Proposals must be in PDF format, submitted via email, with specific naming conventions and font requirements. Technical proposals should describe equipment and a technical approach, while business proposals include pricing (submitted electronically) and other financial documents. Past performance and experience, including subcontractor work, will be evaluated. The government stressed that proposals should be complete, as awards may be made without discussions.
    The '2025-2029 National MFSU IDIQ Pre-Solicitation Conference' was held on April 7, 2025, from 2:42:05 PM to 6:49:52 PM, lasting over four hours. The conference had 71 confirmed participants, with additional attendees not formally listed. The document details a comprehensive list of attendees, including individuals from various organizations and roles, along with some contact numbers. This pre-solicitation conference likely served as an initial gathering for stakeholders interested in the upcoming multi-year, multi-agency federal supply schedule (MFSU IDIQ) contract, providing a platform for discussions and information exchange before the official solicitation process begins. The broad attendance suggests significant interest in this federal government procurement opportunity.
    This document addresses questions and answers for Request for Proposal (RFP) 1202SC24R2100, concerning 2025-2029 National Mobile Food Services (MFS) Unit Support for the United States Forest Service. Key discussion points include the April 24, 2025 due date, an anticipated award date in June, and clarifications on submission processes, including an updated electronic submission form link. The RFP details define 'Dispatch Point' (DP) and 'Designated Dispatch Point' (DDP), requiring key personnel to be within a 60-mile radius of the DP. Pricing structures, evaluation factors (emphasizing best value), and the use of the WildNICC system for dispatch are clarified. The document also addresses invoicing, cancellation policies, and economic price adjustments based on CPI for mileage. It specifies requirements for equipment, meal services, sanitation, and performance standards, including handling customer complaints and deductions. Various administrative details regarding proposal submission format, file naming conventions, and the upcoming conference call are also provided, with several RFP sections updated for clarity.
    The USDA Forest Service is soliciting proposals through Solicitation No. 1202SC24R2100 for multiple-award, Indefinite Delivery/Indefinite Quantity (IDIQ) contracts aimed at procuring National Mobile Food Service Units (MFSUs). The solicitation outlines the requirements for offerors to provide MFSU services during emergencies, particularly for fire suppression and all-hazard incidents across designated dispatch points (DDPs) in multiple states. Interested offerors must submit specific documentation, including completed electronic forms and a National MFSU description. This procurement is exclusively set aside for small businesses, with an estimated contract value calculated from historical orders exceeding $395 million over five years. The contract’s performance period runs from July 1, 2025, to December 31, 2029, with provisions for optional renewal. Successful bidders will be evaluated based on criteria including pricing and technical acceptability. Key personnel are required to be located near DDPs to ensure rapid response capability, and the solicitation emphasizes compliance with various federal regulations and the necessity of fair opportunity for awarded contractors during Task Orders. The overall goal is to ensure reliable food service during critical operational needs while adhering to procurement guidelines.
    The document serves as an amendment to a solicitation for the USDA-FS Incident Procurement Logistics, detailing essential changes and clarifications resulting from a Pre-Solicitation Conference. Contractors are advised to acknowledge receipt of the amendment through specified methods to avoid rejection of their offers. The amendment outlines that offers must be submitted before a specified deadline, emphasizing the importance of timely acknowledgment. It also provides information regarding modifications to existing contracts, including accounting data and the validity period of the contract from July 1, 2025, to December 31, 2029. The contracting officer, Dana L. Price, signifies the amendments, ensuring that all previously established conditions remain unchanged except for the details specified in this document. The amendment's primary objective is to ensure clarity around the solicitation process and to communicate government responses effectively, fostering transparency and compliance within the procurement framework.
    The meeting on April 7, 2025, focused on the solicitation for catering services, specifically targeted at providing well-balanced hot and cold meals for larger groups (200 or more people) during extended periods (72 hours or more). The procurement process is divided into two phases: the first phase evaluates proposals using a lowest price technically acceptable method, while the second phase focuses on a best value approach. The importance of timely submission of required documentation, including technical descriptions and equipment specifications, was emphasized to facilitate proper evaluation. The meeting discussed the essential criteria and standards, including the provision of adequate management personnel located near designated dispatch points, and the compliance of equipment with FDA standards. Key personnel must be physically present, ensuring efficient operations during service periods. Moreover, there were specific instructions regarding the submission of electronic documents and the naming conventions for proposals. This initiative illustrates a structured approach to securing catering contracts to support government functions, ensuring compliance with health standards while catering to substantial needs during critical times. This is part of a broader procurement strategy evident in federal and state solicitations aimed at optimizing resource allocation and operational readiness.
    The 2025-2029 National MFSU IDIQ Pre-Solicitation Conference occurred on April 7, 2025, lasting over four hours. The gathering included 71 participants, primarily representing federal and state agencies, as well as various stakeholders interested in the upcoming indefinite delivery/indefinite quantity (IDIQ) contracts related to MFSU projects. The conference aimed to inform attendees about the scope, expectations, and procedures surrounding future Requests for Proposals (RFPs) and federal grant opportunities in the MFSU domain. Key discussions likely revolved around clarifying project requirements, timelines, and the procurement process, which are vital for applicants seeking federal and local funding. The meeting serves as a pivotal platform for fostering collaboration and communication among potential contractors and government entities, ensuring stakeholders are adequately prepared for the bidding process and compliance with required guidelines. This exchange of information is integral to the efficient execution and management of government contracts in the specified sector.
    The document outlines the Request for Proposal (RFP) 1202SC24R2100 for the 2025-2029 National Mobile Food Services (MFS) Unit Support, issued by the U.S. Forest Service's Procurement & Property Services. It includes a Q&A section addressing potential vendors' inquiries regarding proposal submissions, definitions, requirements, and procedures. Key topics cover the deadlines for submissions, award dates, physical address requirements, staffing at Dispatch Points, pricing structure, and clarification of terms related to the proposal process. Notable aspects include the confirmation of a due date of April 24, 2025, and anticipated awards around June. A distinction is made between Dispatch Points and Designated Dispatch Points, emphasizing their geographical separation. The document specifies key personnel requirements, outlining that at least two must always be present at incidents. Additionally, proposals for multiple locations need to maintain clear separation, and key pricing structures must be adhered to throughout the contract. Overall, the document serves to clarify the obligations for bidders, ensuring compliance with established procurement regulations while addressing logistical and operational considerations essential for contractors hoping to participate in delivering mobile food services during federal incidents.
    Amendment 0003 to solicitation 1202SC24R2100 extends the proposal due date to April 25, 2025, at 1530 EDT (1430 CDT, 1330 MDT, 1230 PDT). This amendment, issued by USDA-FS INCIDENT PROCUREMENT LOGIS, modifies the original solicitation dated September 30, 2024. Offerors must acknowledge receipt of this amendment by submitting copies of the amendment, acknowledging it on their offer, or sending a separate communication, ensuring it is received before the new deadline. Failure to acknowledge may result in rejection of the offer. The period of performance is from July 1, 2025, to December 31, 2025. All other terms and conditions of the original solicitation remain unchanged.
    The document outlines an amendment to a solicitation issued by the USDA Forest Service related to incident procurement logistics. The primary purpose of this amendment is to extend the proposal submission deadline to April 25, 2025, at specific times depending on the time zone. It highlights the procedures for contractors to acknowledge receipt of the amendment, which can be done by including acknowledgment with their offer or via separate communication. The modification also confirms that any changes to previously submitted offers can be made if received prior to the specified deadline. Importantly, it notes the period of performance for the contract will run from July 1, 2025, to December 31, 2025. The amendment reflects standard administrative changes under Federal Acquisition Regulation (FAR) guidelines, ensuring that all other terms and conditions of the original solicitation remain unchanged. Overall, it emphasizes the procedural requirements necessary for compliance by the contracting parties.
    The U.S. Forest Service's Solicitation No. 1202SC24R2100 outlines comprehensive requirements for National Mobile Food Services Units (MFSUs). This Request for Proposal (RFP) mandates detailed technical proposals, including descriptions, pictures, and specifications for all equipment, demonstrating compliance with D.14 Attachment 1 and Exhibit D.1 sections. Key areas of focus include the kitchen trailer's construction, equipment sealing, surface materials, utility line installation, and specific kitchen equipment like steam tables, sinks, and refrigeration/freezer storage. Additionally, the solicitation details requirements for potable water systems, gray water storage, wash basins for incident personnel, and peripheral equipment such as sandwich preparation and salad bar trailers. All offered units must undergo site evaluations and meet strict standards, including OSHA compliance for handrails and stairs, NFPA 1 for fire suppression, and NSF approval for materials. Non-compliant units risk disqualification.
    The U.S. Forest Service solicits proposals for National Mobile Food Services through Solicitation No. 1202SC24R2100. Offerors must complete a detailed checklist for each Mobile Food Service Unit (MFSU) presented, which includes unique identification numbers and compliance with specified equipment requirements. Proposals must include comprehensive descriptions, technical specifications, and visual documentation (photos and optional videos) of the MFSUs, emphasizing cleanliness, safety standards, and adherence to the FDA Food Code. Essential equipment covers cooking appliances, plumbing systems, food preparation areas, and sanitation facilities, ensuring all components are suitable for government operational standards. Following contract awards, the government will evaluate the equipment on-site for compliance, and those deemed insufficient may be given a short period to rectify deficiencies. This solicitation outlines key responsibilities and standards for offerors to ensure they meet contractual performance requirements while prioritizing health and safety regulations in mobile food service operations. Success requires thorough documentation and equipment suitability that aligns with specified federal guidelines.
    The U.S. Forest Service, through its Business Operations' Incident Procurement Operations, has issued Request for Proposal (RFP) 1202SC24R2100 for the 2025-2029 National Mobile Food Services (MFS) Unit Support. This document is a question and comment form, indicating that it is part of a solicitation process for a federal contract. It specifies that all questions and comments regarding the RFP must be submitted via a dedicated email address by referencing the RFQ number in the subject line; submissions made through other channels will not be considered. The form is structured to allow interested parties to clearly identify the section, paragraph, and page number related to their inquiries, ensuring an organized and efficient communication process for this significant national procurement initiative.
    The document outlines the Request for Proposal (RFP) 1202SC24R2100 for the National Mobile Food Services (MFS) Unit Support covering the period from 2025 to 2029. It is managed by the Logistics Contracting Branch within the U.S. Department of Agriculture. The file includes a directive for submitting questions and comments regarding the proposal, specifically asking respondents to reference the RFQ number. A designated submission method via a specific email address is provided, indicating only questions submitted through that form will be considered. The overarching goal of this RFP is to solicit proposals that support mobile food service operations, ensuring efficient food delivery and service management during designated periods. The document reflects the agency's commitment to transparency and engagement with potential contractors while ensuring that relevant inquiries are properly managed through the outlined communication channels.
    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.
    Updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D)
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) is issuing an updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D), which will be applicable for all solicitations issued on or after March 20, 2025. This solicitation serves as a framework for acquiring commodities for domestic food distribution programs, such as the National School Lunch Program, and includes updated requirements, clauses, and submission processes to ensure compliance with federal regulations. The MSCP-D aims to streamline procurement practices, enhance food safety, and support effective distribution of food commodities while adapting to regulatory changes. Interested vendors can find more information and guidelines on the USDA's website and are encouraged to contact David C. Jackson at davidc.jackson@usda.gov or 816-823-1142 for further inquiries.
    Updated Master Solicitation for Commodity Procurement - Domestic Programs (MSCP-D)
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Agricultural Marketing Service, has issued a Special Notice regarding the Updated Master Solicitation for Commodity Procurement - Domestic Programs (MSCP-D), which will be applicable for all solicitations issued on or after June 13, 2025. This solicitation outlines the requirements and procedures for vendors interested in supplying agricultural commodities for USDA domestic food distribution programs, including critical initiatives like the National School Lunch Program and Emergency Food Assistance. The MSCP-D emphasizes compliance with Federal Acquisition Regulations (FAR) and Agricultural Acquisition Regulations (AGAR), detailing vendor qualifications, required documentation for electronic bidding, and strict delivery guidelines to ensure quality and adherence to FDA regulations. Interested vendors can find more information and access the solicitation details on the USDA's commodity procurement website at https://www.ams.usda.gov/commodity-procurement.
    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.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    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.
    DOI Main Building Food Services RFQ
    Interior, Department Of The
    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.
    T--On-Call/Exclusive Use Unmanned Aircraft Systems (UAS) Emergency Fire Flight Ser
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for on-call and/or exclusive use Unmanned Aircraft Systems (UAS) emergency fire flight services to support the Office of Aviation Services. This procurement aims to provide essential aerial support for fire management across the contiguous lower 48 states over a five-year ordering period. The successful contractor must be registered in the System for Award Management (SAM.gov) and comply with the requirements outlined in the solicitation, which is set aside for small businesses under NAICS code 541370. The anticipated solicitation issue date is January 5, 2026, with a closing date projected for February 4, 2026. For further inquiries, interested parties may contact Stephanie Boles at stephanieboles@ibc.doi.gov.
    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.