Closed Solicitation · DEPT OF DEFENSE

    FOOD SERVICE

    Sol. FY26-0012342503Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)TACOMA, WA
    Closed
    STATUS
    Closed
    closed Sep 30, 2025
    POSTED
    Sep 18, 2025
    Publication date
    NAICS CODE
    722310
    Primary industry classification
    PSC CODE
    S203
    Product & service classification

    AI Summary

    This opportunity is a Request for Quote (RFQ) for food service support at the Yakima Training Center, covering multiple phases from October 2025 to August 2027. The contract is set aside for small businesses and will be awarded based on best value to the government. Proposals are due by September 30, 2025.

    Contract details

    Solicitation No.
    FY26-0012342503
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    September 18, 2025
    Response Deadline
    September 30, 2025
    NAICS Code
    722310AI guide
    PSC / Class Code
    S203
    Primary Contact
    Fredesvin Quintana
    City
    TACOMA
    State
    WA
    ZIP Code
    98430-5170
    AI Product/Service
    service

    Description

    This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

    Solicitation number/FY26-0012342503 is hereby issued as a Request for Quote (RFQ). The

    Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05 Dated 22 April 2024 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20240425.  It is the contractor’s responsibility to become familiar with applicable clauses and provisions.  This acquisition is 100% Small Business under North American Industry Classification Standards (NAICS) code 722310.

    This RFQ is for a Firm Fixed Price (FFP) contract. The Government intends to award a contract to a qualified vendor deemed responsive in accordance with the Federal Acquisition Regulation (FAR) Part 12, whose quote conforms to all of the RFQ's requirements and is judged to represent the Best Value to the Government in accordance with the evaluation scheme set forth in this RFQ. Evaluation will be based upon best value to the Government, and delivery of requirements will be FOB destination. This office will consider any late quotes or any late revisions of quotes as non-responsive.

    ln no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government.

    Government POC:  Government POC will be provided at time of award. Any changes must be coordinated through the government POC and approved in writing by the Contracting Officer.

    The date, time and request for quote offers are due by 30 SEPTEMBER 2025 at 12:00 P.M. Eastern time on to Fredesvin.quintana.civ@army.mil. Electronic offers preferred. All questions must be submitted by email no later than 24 hours prior to bid close date. NO QUESTIONS BY TELEPHONE. ALL QUESTIONS MUST BE IN WRITING (EMAIL).

     

    FOOD SERVICE SUPPORT 205TH RTI

    CLIN 1: FOOD SERVICE SUPPORT PHASE 1

    FOOE SERVICE SUPPORT PER ATTACHED PERFORMANCE WORK STATEMENT.

    LOCATION Building 212 Dining Facility (DFAC) Yakima Training Center Yakima WA 98901

    Period of performance 28 Oct 2025 – 20 Nov 2025  

    1 JOB ____________total cost

    CLIN 2: FOOD SERVICE SUPPORT PHASE 2

    FOOE SERVICE SUPPORT PER ATTACHED PERFORMANCE WORK STATEMENT.

    LOCATION Building 212 Dining Facility (DFAC) Yakima Training Center Yakima WA 98901

    Period of performance 10 Feb 2026 – 5 MAR 2026 

    1 JOB ____________total cost

    CLIN 3: FOOD SERVICE SUPPORT PHASE 3

    FOOE SERVICE SUPPORT PER ATTACHED PERFORMANCE WORK STATEMENT.

    LOCATION Building 212 Dining Facility (DFAC) Yakima Training Center Yakima WA 98901

    Period of performance 16 Mar 2026 – 27 Mar 2026 

    1 JOB ____________total cost

    CLIN 4: FOOD SERVICE SUPPORT PHASE 4

    FOOE SERVICE SUPPORT PER ATTACHED PERFORMANCE WORK STATEMENT.

    LOCATION Building 212 Dining Facility (DFAC) Yakima Training Center Yakima WA 98901

    Period of performance 14 Apr 2026 – 22 May 2026 

    1 JOB ____________total cost

    CLIN 5: FOOD SERVICE SUPPORT PHASE 5

    FOOE SERVICE SUPPORT PER ATTACHED PERFORMANCE WORK STATEMENT.

    LOCATION Building 212 Dining Facility (DFAC) Yakima Training Center Yakima WA 98901

    Period of performance 4 Aug 2026 – 28 2026 

    1 JOB ____________total cost

    CLIN 6: FOOD SERVICE SUPPORT PHASE 1 OPTION YEAR 1

    FOOE SERVICE SUPPORT PER ATTACHED PERFORMANCE WORK STATEMENT.

    LOCATION Building 212 Dining Facility (DFAC) Yakima Training Center Yakima WA 98901

    Period of performance 28 Oct 2026 – 20 Nov 2026

    1 JOB ____________total cost

    CLIN 7: FOOD SERVICE SUPPORT PHASE 2 OPTION YEAR 1

    FOOE SERVICE SUPPORT PER ATTACHED PERFORMANCE WORK STATEMENT.

    LOCATION Building 212 Dining Facility (DFAC) Yakima Training Center Yakima WA 98901

    Period of performance 10 Feb 2027 – 5 MAR 2027 

    1 JOB ____________total cost

    CLIN 8: FOOD SERVICE SUPPORT PHASE 3 OPTION YEAR 1

    FOOE SERVICE SUPPORT PER ATTACHED PERFORMANCE WORK STATEMENT.

    LOCATION Building 212 Dining Facility (DFAC) Yakima Training Center Yakima WA 98901

    Period of performance 16 Mar 2027 – 27 Mar 2027 

    1 JOB ____________total cost

    CLIN 9: FOOD SERVICE SUPPORT PHASE 4 OPTION YEAR 1

    FOOE SERVICE SUPPORT PER ATTACHED PERFORMANCE WORK STATEMENT.

    LOCATION Building 212 Dining Facility (DFAC) Yakima Training Center Yakima WA 98901

    Period of performance 14 Apr 2027 – 22 May 2027

    1 JOB ____________total cost

    CLIN 10: FOOD SERVICE SUPPORT PHASE 5 OPTION YEAR 1

    FOOE SERVICE SUPPORT PER ATTACHED PERFORMANCE WORK STATEMENT.

    LOCATION Building 212 Dining Facility (DFAC) Yakima Training Center Yakima WA 98901

    Period of performance 4 Aug 2027 – 28 2027

    1 JOB ____________total cost

    CLIN 11: FOOD SERVICE SUPPORT PHASE 1 OPTION YEAR 2

    FOOE SERVICE SUPPORT PER ATTACHED PERFORMANCE WORK STATEMENT.

    LOCATION Building 212 Dining Facility (DFAC) Yakima Training Center Yakima WA 98901

    Period of performance 28 Oct 2027 – 20 Nov 2027

    1 JOB ____________total cost

    CLIN 12: FOOD SERVICE SUPPORT PHASE 2 OPTION YEAR 2

    FOOE SERVICE SUPPORT PER ATTACHED PERFORMANCE WORK STATEMENT.

    LOCATION Building 212 Dining Facility (DFAC) Yakima Training Center Yakima WA 98901

    Period of performance 10 Feb 2028 – 5 MAR 2028 

    1 JOB ____________total cost

    CLIN 13: FOOD SERVICE SUPPORT PHASE 3 OPTION YEAR 2

    FOOE SERVICE SUPPORT PER ATTACHED PERFORMANCE WORK STATEMENT.

    LOCATION Building 212 Dining Facility (DFAC) Yakima Training Center Yakima WA 98901

    Period of performance 16 Mar 2028 – 27 Mar 2028 

    1 JOB ____________total cost

    CLIN 14: FOOD SERVICE SUPPORT PHASE 4 OPTION YEAR 2

    FOOE SERVICE SUPPORT PER ATTACHED PERFORMANCE WORK STATEMENT.

    LOCATION Building 212 Dining Facility (DFAC) Yakima Training Center Yakima WA 98901

    Period of performance 14 Apr 2028 – 22 May 2028

    1 JOB ____________total cost

    CLIN 15: FOOD SERVICE SUPPORT PHASE 5 OPTION YEAR 2

    FOOE SERVICE SUPPORT PER ATTACHED PERFORMANCE WORK STATEMENT.

    LOCATION Building 212 Dining Facility (DFAC) Yakima Training Center Yakima WA 98901

    Period of performance 4 Aug 2028 – 28 2028

    1 JOB ____________total cost

    Extended Description

    Please see Performance Work Statement for details and requirements.

    NOTE: VENDOR MUST PROVIDE CAGE CODE AND SAM UEI IN QUOTE

    PROVISIONS AND CLAUSES

    Clauses may be accessed electronically in full text through http://www.acquisition.gov. Contractors must be actively registered with SAM at http://www.sam.gov, at Wide Area Work Flow (WAWF) at http://piee.eb.mil.

    NOTE: THIS REQUIREMENT IS SUBJECT TO AVAILABILITY OF FUNDS

    FAR 52.232-18, Availability of Funds. Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause)

    FAR 52.204-7, System for Award Management Registration

    FAR 52.204-9, Personal Identity Verification of Contractor Personnel

    FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards

    FAR 52.204-16, Commercial and Government Entity Code Maintenance

    FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

    FAR 52.211-6, Brand Name or Equal (IF APPLICABLE)

    FAR 52.212-1, Instructions to Offerors-Commercial Items

    FAR 52.212-2, Evaluation-Commercial Items Evaluation.  The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price, technically acceptability and delivery time of all items “all or none” is the evaluation criteria.  This is a best value decision. 

    FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov

    FAR 52.212-4, Contract Terms and Condition-Commercial Items

    FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply 

    FAR 52.219-6, Notice of Total Small Business Set-Aside

    FAR 52.219-28, Post Award Small Business Representation

    FAR 52.222-3, Convict Labor

    FAR 52.222-19, Child Labor—Cooperation with Authorities and Remedies

    FAR 52.222-50, Combating Trafficking in Persons

    FAR 52.223-5, Pollution Prevention and Right to Know Information

    FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving

    FAR 52.225-13, Restrictions on Certain Foreign Purchases

    FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration

    FAR 52.232-39, Unenforceability of Unauthorized Obligations

    FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors

    FAR 52.233-3, Protest after Award

    FAR 52.233-4, Applicable Law for Breach of Contract Claim

    FAR 52.237-1, Site Visit

    FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation

    FAR 52.252-2, Clauses Incorporated by Reference – SEE http://www.acquisition.gov

    DFARS 252.201-7000, Contracting Officer’s Representative

    DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials

    DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials

    DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements

    DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls.

    DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information

    DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors

    DFARS 252.207-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting.

    DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law

    DFARS 252.211-7003 Item Unique Identification and Valuation.

    DFARS 252.212-7000, Offeror Representations and Certifications – Commercial Items  

    DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items

    DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials

    DFARS 252.225-7000, Buy American Act—Balance of Payments Program Certificate

    DFARS 252.225-7001, Buy American Act and Balance of Payments Program

    DFARS 252.225–7055, Representation Regarding Business Operations with the Maduro Regime

    DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award)

    DFARS 252.232-7010, Levies on Contract Payments

    DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel

    DFARS 252.244-7000, Subcontracts for Commercial Items

    DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea—Alt III


     Submission of Invoices

    In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF).  Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.

    Key dates

    1. September 18, 2025Posted Date
    2. September 30, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    FOOD SERVICE is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.