The Bureau of Indian Affairs (BIA), Office of Justice Services (OJS), Fort Totten Agency, requires food services for its correctional facility in Fort Totten, North Dakota. The facility, which houses adult inmates, lacks a full kitchen and staff. The contractor will provide three nutritious meals daily, including special dietary options, delivered seven days a week. Meals must adhere to U.S. Food & Drug Administration Food Code and industry standards, maintaining specific temperature ranges. The contractor is responsible for all personnel, equipment, supplies, and supervision. The estimated annual meal quantities are 14,880 each for breakfast, lunch, and dinner, plus 100 sack lunches. The contract includes a base period and four option periods, extending potentially until January 2031. The Fort Totten Correctional Facility will provide meal numbers by specific times, and deliveries are required by designated times. Meals must be ready-to-serve, as the facility cannot store or reheat food. The contractor will submit monthly menus for dietician review and maintain a meal tracking log, which must be submitted with invoices.
The Bureau of Indian Affairs (BIA), Office of Justice Services (OJS) District I, Fort Totten Agency, has released a price schedule for Food Services. This document outlines the unit pricing for food preparation and delivery services, including breakfast, lunch, dinner, sack lunches, and a delivery charge. It also specifies separate unit pricing for special diet meals, covering breakfast, lunch, dinner, and sack lunches. The price schedule is structured across a base year and four optional years (Option Year 1, Option Year 2, Option Year 3, and Option Year 4), with consistent categories for both standard and special diet meals. This structure suggests a multi-year contractual agreement for food services, likely for a federal government Request for Proposal (RFP) or a similar procurement process.
The provided government file outlines the self-certification requirements for an "Indian Economic Enterprise (IEE)" under the Buy Indian Act (25 U.S.C. 47) and Department of the Interior Acquisition Regulation (DIAR) Part 1480. To qualify, an enterprise must meet the IEE definition at the time of offer, contract award, and throughout the contract term. Contracting Officers can request additional eligibility documentation at any point. The document warns against submitting false or misleading information, citing penalties under 18 U.S.C. 1001 for false information and 31 U.S.C. 3729-3731 and 18 U.S.C. 287 for false claims during contract performance. It includes an "Indian Affairs Indian Economic Enterprise Representation Form" for offerors to certify their IEE status by providing their Federally Recognized Tribal Entity name, Unique Entity ID (UEI), Legal Business Name, and the name of the 51% (or greater) owner, followed by a certifying signature.
This document is a wage determination for Service Contract Act-covered contracts in North Dakota, specifically for the counties of Barnes, Benson, Cavalier, Dickey, Eddy, Foster, Griggs, La Moure, Logan, McIntosh, Ramsey, Rolette, Stutsman, Towner, and Wells. It outlines minimum wage rates for various occupations, including administrative support, automotive services, food preparation, health, and technical roles. The determination also details fringe benefits such as health and welfare, vacation, and holidays. It references Executive Orders 14026 and 13658 for minimum wage requirements and Executive Order 13706 for paid sick leave. Additionally, it provides guidance on hazardous pay differentials, uniform allowances, and the conformance process for unlisted job classifications.
This document is a combined synopsis/solicitation for commercial food services at the Bureau of Indian Affairs (BIA), Office of Justice Services (OJS), Fort Totten Correctional Facility in North Dakota. The solicitation, identified as 140A0126Q0013, is 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) with a NAICS code of 722310 and a size standard of $47.0M. The government intends to award a Firm-Fixed-Price (FFP) contract with a base year from February 1, 2026, to January 31, 2027, and four optional years extending through January 31, 2031. The document outlines general requirements, line items, and terms and conditions, including various Federal Acquisition Regulation (FAR) and Department of the Interior Acquisition Regulation (DIAR) clauses, custom clauses related to electronic invoicing via the IPP system, and Indian Affairs-specific clauses. Offerors are instructed to complete specific blocks on the Standard Form 1449 and adhere to quotation submission guidelines.