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
  1. 1
    Posted Feb 6, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 6, 2025, 12:00 AM UTC
  3. 3
    Due Not available
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 through an Indefinite Delivery-Indefinite Quantity (IDIQ) contract. This procurement aims to provide comprehensive mobile food services during fire suppression activities and other emergency incidents across various locations in the western United States, ensuring that incident personnel receive nutritious meals and provisions. The services are critical for maintaining operational readiness during emergencies, with the contract period running from July 1, 2025, to December 31, 2029, and an anticipated total contract value exceeding $395 million based on historical data. Interested small businesses must submit their proposals by April 25, 2025, and can direct inquiries to Dana Price at dana.price2@usda.gov or by phone at 703-431-6656.

Point(s) of Contact
Files
Title
Posted
Apr 25, 2025, 6:08 PM UTC
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.
Apr 25, 2025, 6:08 PM UTC
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.
Apr 25, 2025, 6:08 PM UTC
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.
Apr 25, 2025, 6:08 PM UTC
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.
Apr 25, 2025, 6:08 PM UTC
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.
Apr 25, 2025, 6:08 PM UTC
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.
Apr 25, 2025, 6:08 PM UTC
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.
Apr 25, 2025, 6:08 PM UTC
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.
Apr 25, 2025, 6:08 PM UTC
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.
Apr 25, 2025, 6:08 PM UTC
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.
Apr 25, 2025, 6:08 PM UTC
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.
Apr 25, 2025, 6:08 PM UTC
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.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
USDA Forest Service All-Hazard Incident Sources Sought
Buyer not available
The USDA Forest Service is seeking qualified small business contractors to provide support services for all-hazard incident management, including wildfire suppression and hazardous fuels reduction projects. The procurement aims to identify capable firms that can deliver a variety of services such as food provision, heavy equipment rentals, medical services, and waste management, which are essential for protecting life, property, and natural resources during emergencies. This ongoing Sources Sought Notice serves as a market research tool to inform future procurement strategies and does not constitute a Request for Proposal. Interested parties should contact Kimberly Luft at kimberly.luft@usda.gov or 720-467-8317 for further information and must be registered in the System for Award Management (SAM) to be eligible for future contracts.
Region 4/Intermountain Region Prescribed Fire and Support IDIQ
Buyer not available
The U.S. Department of Agriculture's Forest Service is soliciting offers for the Region 4/Intermountain Region Prescribed Fire and Support Indefinite Delivery-Indefinite Quantity (IDIQ) contract, aimed at enhancing wildfire management and public safety across several National Forests in Idaho. Contractors are required to provide a comprehensive range of services, including prescribed burning, fire preparation, and rehabilitation activities, with a total funding ceiling of $7.5 million for the contract period from May 2025 through April 2028. This initiative is critical for reducing wildfire risks and supporting ecological health through controlled burning practices, ensuring operational flexibility through multiple task orders. Interested parties should contact Tanya Spanfellner at tanya.spanfellner@usda.gov for further details and must comply with the updated small business size standard of $34 million as specified in the recent amendment to the solicitation.
3 Slant Horse Gooseneck Trailer
Buyer not available
The United States Department of Agriculture, specifically the Forest Service, is seeking proposals for the procurement of one 3 Slant Horse Gooseneck Trailer. The trailer must meet specific requirements outlined in the Request for Quotation (RFQ), including adherence to Department of Transportation regulations, and must feature specified dimensions, weight capacity, and safety features. This procurement is significant for the Forest Service's operational needs, ensuring they have the necessary equipment for transporting horses safely and efficiently. Interested small business entities must submit their proposals via email by May 5, 2025, with questions directed to the primary contact, Ismael Sanabria, at Ismael.Sanabria@usda.gov, by April 30, 2025.
Section 32 Frozen And Canned Fruit for use in Domestic Food Assistance Programs.
Buyer not available
The U.S. Department of Agriculture (USDA), through its Agricultural Marketing Service (AMS), is seeking bids for the procurement of frozen and canned fruit to support domestic food assistance programs, including the National School Lunch Program. The solicitation emphasizes small business participation, with specific set-asides for small businesses and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and requires compliance with federal regulations regarding bidding integrity and product certification. This procurement is crucial for ensuring the availability of quality food products for federal assistance programs, with bids due by May 2, 2025, and anticipated delivery dates from July 1 to December 31, 2025. Interested parties can contact Ashley Train at ashley.train@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov for further information.
Side-by-Side UTV for Rough Terrain for Flathead Hot Shot Firefighters
Buyer not available
The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the acquisition of a side-by-side Utility Task Vehicle (UTV) intended for the Flathead Hot Shot Firefighters based in Hungry Horse, Montana. The procurement aims to enhance operational capabilities during emergency fire incidents, requiring a vehicle that meets specific technical specifications, including a 2-seat capacity, a fuel-injected engine with a displacement between 970cc and 2000cc, and various safety features. This initiative underscores the importance of reliable equipment in fire management and disaster response efforts. Interested small businesses must submit their technical and price proposals by April 30, 2025, and can direct inquiries to Andrea Haines at andrea.haines@usda.gov.
Meal Drop off FTIG 30MAY - 2JUNE
Buyer not available
The Department of Defense, specifically the New York Army National Guard (NYARNG), is seeking quotes from qualified small businesses to provide individually packaged meals at Fort Indiantown Gap, Pennsylvania, from May 30 to June 2, 2025. The procurement requires a total of 1,638 meals, including 722 breakfast meals, 194 lunch meals, and 722 dinner meals, all adhering to specific nutritional guidelines and dietary restrictions for certain individuals. This contract is crucial for ensuring that military personnel receive safe, nutritious meals during their training period, with strict compliance to food safety and military regulations. Interested vendors must submit their quotes by April 28, 2025, at 8:00 AM Eastern Time, to the primary contact, Cody Anna, via email at cody.m.anna.civ@army.mil, and must be registered in SAM.GOV to be eligible for consideration.
Deferred Trail Maintenance: Logout Clearing and Brushing for the Flathead National Forest
Buyer not available
The Department of Agriculture, specifically the Forest Service, is soliciting proposals for deferred trail maintenance services, including log removal and brushing, within the Flathead National Forest in Montana. This initiative aims to address the backlog of maintenance on trails across three districts: Swan Lake, Hungry Horse, and Spotted Bear, ensuring safe and accessible recreational areas for public use. The contract, set aside for small businesses, emphasizes compliance with environmental standards and safety regulations, with work scheduled to commence on June 15, 2025, and conclude by October 15, 2025. Interested contractors should submit their proposals, including technical and price details, to Andrea Haines at andrea.haines@usda.gov, as outlined in the solicitation document 1284LM25Q0018.
127EAW25R0020 - GAOA, Sierra Vista Scenic Byway Rehab
Buyer not available
The United States Department of Agriculture (USDA), through the United States Forest Service (USFS), is issuing a pre-solicitation notice for a Request for Proposal (RFP) under solicitation number 127EAW25R0020 for the GAOA, Sierra Vista Scenic Byway Rehabilitation project. This project requires comprehensive repairs on 47.35 miles of Minarets Road, 17.55 miles of Beasore Road, and 5.49 miles of Beasore Loop Road, including tasks such as culvert cleaning, drainage improvements, road paving with base rock, and vegetation management. The estimated cost for this project ranges from $5 million to $10 million, and it is designated for small businesses certified in the System for Award Management (SAM). The solicitation is expected to be posted on or around May 8, 2025, and interested contractors are encouraged to register on SAM.gov to access the formal solicitation and project details. For inquiries, contact Gregory Cunningham, the Contracting Officer, at Gregory.Cunningham@USDA.gov.
Solicitation NAFBA1-24-R-0024/Campus Style Dining Venue Concession IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army Installation Management Command (IMCOM), is seeking a qualified contractor to establish a Campus Style Dining Venue (CSDV) through a firm-fixed price Indefinite Delivery-Indefinite Quantity (IDIQ) contract. The objective is to finance, design, build, and operate a dining facility at five designated U.S. Army Garrisons, enhancing dining options for Soldiers and their families while promoting health and wellness initiatives. This procurement is crucial for modernizing military dining services, ensuring compliance with Department of Defense nutritional guidelines, and improving overall morale within the military community. Interested contractors should contact Leslie M. Perez at leslie.m.perez9.naf@army.mil or (520) 674-2370, with proposals due by April 4, 2025, at 4:00 PM CDT.
W9124D25QA111 Atlanta MEPS
Buyer not available
The Department of Defense, through the Mission Installation Contracting Command - Knox, is seeking qualified small businesses to provide noon meals for applicants at the Atlanta Military Entrance Processing Station (MEPS) located in Forest Park, Georgia. The contractor will be responsible for preparing, transporting, and serving meals that meet military and health specifications, ensuring compliance with federal food safety regulations, and maintaining sanitary conditions while undergoing security clearance to access the facility. This contract is crucial for delivering nutritious meals to military applicants, with an estimated daily requirement of 98 meals primarily served on weekdays, excluding holidays. The Request for Quotations (RFQ) is expected to be posted on SAM.gov around April 11, 2025, with quotes due by May 12, 2025, and all interested vendors must be registered in the System for Award Management (SAM) to be eligible for contract award. For inquiries, contact Robert Applewhite at robert.applewhite.civ@army.mil or Melissa J. Brackett at melissa.j.brackett.civ@army.mil.