Skip to main content

An official website of the United States government

You have 2 new alerts

Full Food Service Bridge

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Aug 24, 2022 10:22 am CDT
  • Original Response Date: Aug 31, 2022 03:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: S203 - HOUSEKEEPING- FOOD
  • NAICS Code:
    • 722310 - Food Service Contractors
  • Place of Performance:
    JBSA Lackland , TX 78236
    USA

Description

This synopsis is hereby issued in accordance with FAR Part 5.203 -- Publicizing and Response Time. The purpose of this source sought/request for information is to announce any interest of an upcoming 11-month bridge requirement to supplement current Full Food Services operations at JBSA Lackland Texas from 1 Feb 2023 through 31 Dec 2023.  The requirement is subject to the Randolph Sheppard Act (RSA), the NAICS Code for this requirement is 722310 Facilities Support Services, and the size standard is $41.5 M.

The intent is to see any interest in a 11-month bridge action for food services outlined in the attached draft Performance Work Statement (PWS). Current services are provided through the referenced contract FA301617D0012 which is currently in its six-month extension period in accordance with FAR clause 52.217-8 (01 August 2022 to 31 January 2023).  Due to the continued need for full food services, JBSA Lackland is currently developing its requirements for the new competitive follow-on contract to replace the existing contract; however, due to the extensive source selection procurement processes, JBSA Lackland anticipates the new competitive requirement will be fully developed but the contract not awarded and operational prior to the ultimate expiration of the existing contract(s). As such, JBSA Lackland will require these services on a continual basis through the bridge contract diminish the likelihood of any potential gap in awarding the new contract.  502 CONS is seeing if the industry can bear to entertain a short lived 11-month bridge contract, that would likely involve a 30-day phase-in to assume operations.

1.0  Requested Information

1.1 Please express your interest in this requirement.

1.2  Briefly describe industry and commercial standards your organization currently employs to measure performance? How would you apply or adapt these metrics to measure performance for services described in the draft PWS? Are there additional or new quality indicators within the dining food service industry that would strengthen the draft PWS?

1.3  Business Model:  Provide a general overview of how your business structure would ensure consistency in services and food quality when operating multiple dining facilities located at multiple locations throughout JBSA Lackland and Camp Bullis.  See attached draft PWS for historical information.  Provide the rational for your approach.  Describe previous experience your organization may have with regard to the transition into a contract similar to this acquisition.

1.4  Risk Areas: What is your annual turnover rate?  Describe your plan of action to ensure sufficient numbers of employees are able to meet the requirements of the draft PWS.

1.5  Risk Areas:  What tasks and/or managerial aspects applicable to this acquisition would you characterize as high-risk areas?  What mitigation techniques would you recommend be employed to those respective risks?

1.6  Do you have any additional comments or suggestions to improve the attached draft PWS? Are there any areas that are unclear?

The Government's decision not to compete the proposed acquisition based upon responses to this notice is solely within the discretion of the Government.  Information received will be considered solely for determining whether to conduct a competitive procurement. No solicitation package will be issued at this time. This notice of intent is NOT a request for competitive offers. However, market responses received by 31 Aug 2022, 3:00 PM Central Daylight Time will be considered for market research purposes only.

Contact Information

Contracting Office Address

  • ADMIN ONLY NO REQTN CP 210-671-3617 1655 SELFRIDGE AVE BLDG 5450
  • JBSA LACKLAND , TX 78236-5286
  • USA

Primary Point of Contact

Secondary Point of Contact

History