Catering Services - NDU ISMO Graduation Dinner
ID: N0018925QZ187Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Food Service Contractors (722310)

PSC

HOUSEKEEPING- FOOD (S203)

Set Aside

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

    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking bids for catering services for the National Defense University (NDU) International Student Management Office (ISMO) Graduation Dinner, scheduled for June 2025. The contract, which is set aside for small businesses, requires the provision of a formal event space, a three-course meal accommodating approximately 400 guests, and adherence to specific dietary restrictions, including the avoidance of pork and alcohol. This procurement underscores the importance of high-quality catering services for significant ceremonial events that align with national defense objectives while promoting environmental responsibility through compliance with federal recycling guidelines. Interested vendors must submit their proposals via the Unison Marketplace by March 12, 2025, with a total target price of $200,000, and can contact Bridget Blaney at 215-697-9628 or bridget.blaney@navy.mil for further information.

    Point(s) of Contact
    Bridget Blaney 215-697-9628
    bridget.blaney@navy.mil
    Files
    Title
    Posted
    The National Defense University issued a Request for Quotations (RFQ) for high-level catering services to support the International Student Management Office (ISMO) Graduation Dinner. The event is scheduled for June 2025 and will accommodate approximately 400 guests. Key requirements include the provision of a formal event space, catering for a three-course meal, and audio-visual support. The contractor must ensure dietary restrictions are met, strictly avoiding pork and alcohol in menu items and adhering to health and safety regulations. Additionally, the contractor is required to follow federal recycling guidelines and be a certified member of the Green Restaurant Association. This RFQ outlines the objectives, tasks, and government requirements clearly, emphasizing service quality and compliance with federal standards. Responses to the RFQ must be submitted by specified deadlines, and the project includes two option periods for consecutive years, suggesting a longer-term partnership opportunity with the government for similar events in 2026 and 2027. The RFQ reflects the university's commitment to hosting significant ceremonial events that align with national defense goals while maintaining high standards of guest experience and environmental responsibility.
    The NAVSUP FLC Norfolk Philadelphia Office issued an amendment to a Request for Quotations (RFQ) regarding an upcoming contract, emphasizing a 100% small business set-aside. The amendment clarifies submission requirements for quotes, mandating the inclusion of pricing, a capability statement, and detailed technical proposals aligned with the Performance Work Statement (PWS). Key elements for submission include a project timeline, personnel qualifications, and risk management strategies. The evaluation of quotes will follow a lowest price technically acceptable approach, where the lowest-priced submission will be assessed first for technical acceptability. If acceptable, that quote will be awarded without evaluating others. Non-price factors must be deemed "Acceptable"; a rating lower than that disqualifies the bidder. This process emphasizes the government's priority for cost-effective proposals that still meet technical specifications and recognizes well-documented past performance for further evaluation. This amendment outlines the critical terms of engagement for contractors, ensuring clarity in the bidding process while aiming to maintain operational efficiency and compliance with DOD requirements during project execution.
    The government solicitation N0018925QZ187 from FLC Norfolk - Philadelphia seeks bids for catering services for the National Defense University (NDU) International Student Management Office (ISMO) Graduation Dinner. The bidding period starts on March 10, 2025, and ends on March 12, 2025. This opportunity is specifically set aside for small businesses, emphasizing the government's intent to support them. The contracting method employs the Lowest Price Technically Acceptable (LPTA) approach, where bids are evaluated based on price and compliance with technical specifications. Bidders are required to submit detailed proposals covering three line items for catering services, with a total target price of $200,000. Interested sellers must provide bids through the Unison Marketplace platform, adhering to specific submission guidelines and deadlines. The document includes an amendment to revise the instructions for bidders and highlights the necessity for complete and reasonable bids. This solicitation underscores the government's ongoing efforts to procure services while promoting small business involvement in federal projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Solicitation NAFBA1-24-R-0024/Campus Style Dining Venue Concession IDIQ
    Buyer not available
    The Department of Defense, through the U.S. Army Installation Management Command, is seeking a qualified concessionaire contractor to establish a Campus Style Dining Venue (CSDV) at five U.S. Army Garrisons. The contractor will be responsible for financing, designing, constructing, and operating the dining venue, which aims to enhance the health, welfare, and morale of soldiers and their families by providing nutritious food options and modern dining experiences. This initiative is part of the Army's commitment to improving dining services and promoting holistic health initiatives, with the contract structured as a firm-fixed price Indefinite Delivery-Indefinite Quantity (IDIQ) agreement. Interested parties must submit proposals by April 4, 2025, and can direct inquiries to Leslie M. Perez at leslie.m.perez9.naf@army.mil or (520) 674-2370.
    Catered Meal Services, 152nd SMC, Ft. Devens, MA
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for catered meal services for the 152nd SMC during a six-day training event at Fort Devens, Massachusetts, scheduled from April 5 to 10, 2025. The contractor will be responsible for providing meals for approximately 120 Soldiers, ensuring compliance with state and local sanitation laws, food safety standards, and military regulations, while also accommodating standard and special dietary needs. This opportunity is a total small business set-aside under NAICS code 722320, with an estimated contract value of $9 million, and requires vendors to submit their proposals electronically, adhering to the guidelines outlined in the solicitation. Interested parties should contact Daniel Bibeau at daniel.s.bibeau.mil@army.mil or Darlene Howes at darlene.r.howes.civ@army.mil for further information.
    Catered Meal Services - 136th Engineer Co, Jericho, VT
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for catered meal services for the 136th Engineer Company during their annual training at the Ethan Allen Firing Range in Jericho, Vermont, scheduled from May 31 to June 11, 2025. The contractor will be responsible for providing all necessary personnel, food, and culinary management to deliver quality meals, adhering to state sanitation laws and accommodating special dietary needs, including Halal options. This procurement is set aside for small businesses under NAICS Code 722320, with a maximum contract value of $9 million, and proposals must be submitted by April 4, 2025. Interested vendors can contact Daniel Bibeau at daniel.s.bibeau.mil@army.mil or Darlene Howes at darlene.r.howes.civ@army.mil for further information.
    196th RTI OCS Camp Rapid Meals
    Buyer not available
    The Department of Defense, specifically the South Dakota Army National Guard (SDARNG), is seeking a contractor to provide meal services for the Officer Candidate School (OCS) at Camp Rapid, South Dakota. The contractor will be responsible for preparing and serving three daily meals during the training period from July 6 to July 25, with the potential for four option periods, ensuring that meal portions meet higher caloric requirements. This Total Small Business Set-Aside contract will be awarded as a Firm Fixed Price, and interested vendors must have an active registration on Sam.gov. A site visit is scheduled for February 26, and questions regarding the solicitation must be submitted in writing by March 5, 2025, with responses posted by March 11, 2025. For further inquiries, contact Shelly Thomson at shelly.j.thomson.civ@army.mil or Corey Hooper at corey.s.hooper.civ@army.mil.
    Nutrition Care Food Service
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking contractors to provide Nutrition Care Food Services at five Medical Treatment Facilities (MTFs) across the United States, including locations in New York, Georgia, Missouri, Kansas, and California. The contract requires non-personal services encompassing dining facility management, therapeutic food preparation, patient tray assembly, and sanitation, with a focus on meeting the specialized nutritional needs of patients and service members. This procurement is critical for ensuring quality nutrition services within military healthcare settings, adhering to federal regulations and the Randolph Sheppard Act, which prioritizes State Licensing Agency entities. The estimated solicitation for the Request for Proposal (RFP) HT9408-25-R-0010 is expected to be issued around March 21, 2025, with responses due by April 21, 2025. Interested parties should contact Ms. Yvette Dluhos at yvette.h.dluhos.civ@health.mil or Mr. David Erpelding at david.k.erpelding.civ@health.mil for further information.
    VTARNG RTI Full Food Service JAN - JUN 2025
    Buyer not available
    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.
    DFAC Attendant
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the DFAC Attendant services at the Morris Air National Guard Base in Tucson, Arizona. The procurement involves providing labor, supervision, materials, tools, equipment, and transportation necessary to operate the dining facility, with a contract structured as a Firm Fixed Price for a base year and up to five optional years, plus a potential six-month extension. This service is crucial for maintaining food service operations at the base, ensuring that personnel receive quality dining experiences. Interested vendors should note that the solicitation number is W50S6S25RA001, with a tentative issuance date of April 30, 2025, and a site visit scheduled for May 14, 2025. For further inquiries, contact Gregorie Vinueza-Daly at gregorie.vinuezadaly.3@us.af.mil.
    L--2025 ENOP MEALS
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified small businesses to provide catering services for the ENOP Training event at Camp Williams, Utah, scheduled from May 18-23, 2025. The contractor will be responsible for delivering nutritious meals, including daily hot breakfasts, lunches, and dinners for approximately 45 participants, while adhering to food safety standards and dietary requirements. This procurement is crucial for supporting the health and performance of wildland firefighters during their training, with a firm-fixed-price contract awarded based on the best value in terms of technical acceptability and pricing. Interested vendors must submit their quotes by 5:00 PM MDT on March 14, 2025, and can direct inquiries to Mark Renforth at mrenforth@blm.gov or by phone at 334-846-2890.
    W9124D25QA066 Milwaukee MEPS Noon Meal
    Buyer not available
    The Department of Defense, through the Mission Installation Contracting Command - Knox, is preparing to issue a Request for Quotations (RFQ) for the provision of noon meals, specifically sub sandwiches, to applicants at the Milwaukee Military Entrance Processing Station (MEPS) in Wisconsin. The contract will cover the period from July 1, 2025, or the contract award date, through June 30, 2026, with options for two additional one-year extensions, and aims to ensure compliance with food safety regulations while delivering an average of 37 meals daily, with potential increases on "mission days." This procurement is crucial for supporting the nutritional needs of military applicants during their processing, emphasizing the importance of maintaining health standards and security protocols. Interested vendors must be registered in SAM and are encouraged to monitor the SAM.gov website for the RFQ posting around March 13, 2025, with quotes due by April 15, 2025; inquiries should be directed to John McClain or Melissa J. Brackett by March 28, 2025.
    R--Professional management and coordination support services
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking professional management and coordination support services for various Department of Navy (DoN) related ceremonies, functions, and events in Washington, DC. The services will be acquired in accordance with the Federal Acquisition Regulation (FAR) Part 12 and FAR Part 13. The contractor will provide support services for U.S. Navy events and ceremonies, including band concerts, wreath laying ceremonies, concerts on the Avenue, and the Blessing of the Fleet ceremony. The contract will have a base period of performance from December 1, 2018, to November 30, 2019, with a potential six-month extension. The NAICS code for this acquisition is 541611, and the Size Standard is $15.0M. The Request for Quote package will be available for downloading on February 7, 2017, at http://www.neco.navy.mil or http://www.fedbizopps.gov. Contractors must be registered in the Systems for Award Management (SAM) database to be eligible for award. For more information, contact the primary contact person listed in the synopsis.