Food Services for Fort Totten Agency
ID: 140A0126Q0013Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSEASTERN OKLAHOMA REGIONMUSKOGEE, OK, 74402, USA

NAICS

Food Service Contractors (722310)

PSC

HOUSEKEEPING- FOOD (S203)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide food services for the Fort Totten Agency's correctional facility in North Dakota. The contractor will be responsible for delivering three nutritious meals daily, including special dietary options, to adult inmates, adhering to U.S. Food & Drug Administration standards and maintaining specific temperature controls. This procurement is crucial for ensuring the health and well-being of the facility's residents, with a contract term that includes a base year from February 1, 2026, to January 31, 2027, and four optional years extending through January 31, 2031. Interested parties, particularly those qualifying as Indian Small Business Economic Enterprises (ISBEE), should contact Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further details and submission guidelines.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    DIETARY FOOD DELIVERY SERVICES FOR PINE RIDGE IHS HOSPITAL
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide Dietary Food Delivery Services for the Pine Ridge IHS Hospital in South Dakota. The procurement involves a Firm-Fixed Price contract with a base year and one optional year, focusing on delivering a variety of food items that meet nutritional, budgetary, and medical dietary restrictions for patients and staff. This service is critical for maintaining the health and well-being of the community served by the hospital, particularly given the rural location and the need for compliance with stringent food safety regulations. Interested vendors must submit their proposals by January 23, 2026, with all submissions sent electronically to the designated contact, Mary Baird, at mary.baird@ihs.gov.
    Food Services, Rosebud IHS Hospital Rosebud, SD
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking qualified vendors to provide food services for the Rosebud IHS Hospital located in Rosebud, South Dakota. This procurement aims to secure perishable prepared food under a firm-fixed price, multi-award purchase order, with a performance period of one year following the award. The initiative is part of a market research effort to identify Indian Small Businesses Economic Enterprises (ISBEE), Indian Economic Enterprises (IEE), or other small businesses capable of fulfilling these requirements, emphasizing the importance of quality food services in supporting the health and well-being of the local community. Interested parties must submit their capabilities via email to Jarrod Cole at jarrod.cole@ihs.gov by January 2, 2026, at 11:00 a.m. Central Time, including the Sources Sought Number IHS-SS-26-1522783 in the subject line.
    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.
    Belcourt RTU & Cabinet Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the Belcourt RTU & Cabinet Replacement project at the Quentin N. Burdick Memorial Hospital in Belcourt, North Dakota. The project involves replacing the existing HVAC unit and renovating the CT area, which includes the installation of a new rooftop unit (RTU) with a direct steam injection humidifier, new cabinetry, flooring, ceiling tiles, and lighting. This procurement is designated as a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE), with a total project duration of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    68--Propane for Tohono O'odham Agency
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking proposals for the supply and delivery of propane to the Tohono O’odham Agency in Sells, Arizona. The procurement involves a non-personnel services contract requiring the contractor to provide uninterrupted Liquid Petroleum (L.P.) Gas services to various agency facilities, including the Tohono O’odham Nation Adult Detention Center, with deliveries scheduled Monday through Friday. This contract is particularly significant as it supports essential heating and cooking needs for the agency's operations, and it is set aside for Indian Economic Enterprises under the Buy Indian Act. Interested vendors must submit their quotes by January 2, 2026, and can direct inquiries to Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 480-744-4870.
    Z--Mescalero Adult Detention Center FI&R
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors for a Design/Build Construction Contract aimed at completing the Mescalero Adult Detention Center in Mescalero, New Mexico. This project involves various Facility Improvements & Repair (FI&R) activities, including design, construction, installation, and demolition, with an estimated construction magnitude between $500,000 and $800,000. The contract is set aside for Indian-Owned Small Business Economic Enterprises (ISBEE) and falls under NAICS Code 238210, which pertains to Electrical Contractors and Other Wiring Installation Contractors. Interested parties should prepare for a solicitation expected to be issued around December 24, 2025, and must ensure they have a Unique Entity Identifier (UEI) number and active registration in the System for Award Management (SAM). For further inquiries, contact Laurie Sherrod at laurie.sherrod@bia.gov or call 571-560-0313.
    R--Food Delivery and Courier Services, HES
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to provide Food Delivery and Courier Services for Havasupai Elementary School (HES) located in Supai, Arizona. The procurement involves weekly deliveries of temperature-controlled food and secure package courier services, addressing logistical challenges due to the school's remote canyon location and ensuring compliance with food safety standards. This contract is critical for maintaining the school's operations and supporting its K-8 student population, with a performance period from December 15, 2025, to December 14, 2026, and potential extensions through four option years until December 14, 2030. Interested parties must submit their proposals by December 29, 2025, and can direct inquiries to Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702.
    BFSU Utility - Natural Gas Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to Northwestern Energy Corporation for the provision of natural gas services to the Blackfeet Service Unit in Browning, Montana. The contract, valued at $37,000, will ensure adequate heating and cooking facilities in government quarters, with services commencing on January 1, 2025, and concluding on December 31, 2025. This procurement is critical for maintaining essential services and infrastructure within the managed quarters, emphasizing the government's commitment to operational functionality. Interested firms that believe they can provide similar natural gas services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov within seven days of this notice, as no competitive proposals will be solicited.
    RTI 13M Schoolhouse Meals
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the RTI 13M Schoolhouse Meals contract, which involves providing three daily meals to support scheduled training at the Regional Training Institute (RTI) in Sioux Falls, South Dakota. The contractor will be responsible for all personnel, equipment, tools, materials, supervision, and quality control necessary to deliver meal services from April 16th to November 20th, 2026. This contract is a Total Small Business Set-Aside, resulting in a Firm Fixed Price Contract, and requires interested vendors to have an active registration on Sam.gov. Quotes must be submitted via email by January 7th, 2026, at 12:00 PM MST, and all inquiries should be directed to Andrew Kennedy by December 11th, 2025, with responses expected by December 17th, 2025.