SOLICITATION NOTICE
S -- Nutrition Care Food Service
- Notice Date
- 5/21/2025 1:30:46 PM
- Notice Type
- Presolicitation
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- DEFENSE HEALTH AGENCY SAN ANTONIO TX 78230 USA
- ZIP Code
- 78230
- Solicitation Number
- HT9408
- Response Due
- 6/9/2025 8:00:00 AM
- Archive Date
- 06/24/2025
- Point of Contact
- Michelle Bartkowski, Phone: 7262030083, David Erpelding
- E-Mail Address
-
michelle.m.bartkowski.civ@health.mil, david.k.erpelding.civ@health.mil
(michelle.m.bartkowski.civ@health.mil, david.k.erpelding.civ@health.mil)
- Description
- Nutrition Care Food Service Synopsis The Defense Health Agency has a requirement for non-personal services to provide qualified labor and management necessary to perform nutrition care food management, supervisory, technical, administrative, and clerical services for five (5) Medical Treatment Facilities (MTFs) that focus primarily on the following areas: dining facility management functions, therapeutic food preparation, patient tray assembly and delivery service, Registered Dietitian therapeutic nutrition training, facility sanitation and janitorial duties related to the services being provided, and the associated logistics analysis and management functions in support of the Nutrition Care Divisions. The following MTFs are included: are Keller Army Community Hospital (West Point, NY), Winn Army Community Hospital (Fort Stewart, GA), General Leonard Wood Army Community Hospital (Fort Leonard Wood, MO), Irwin Army Community Hospital (Fort Riley, KS), and Weed Army Community Hospital (Fort Irwin, CA). The Randolph Sheppard Act (RSA) applies to these services. The solicitation will be competed full and open with small business participation plan as one of the evaluation criteria. However, in compliance with the RSA, priority will be given to the State Licensing Agency (SLA) entities. Proposed procurement information below: Estimated solicitation issue date on or about 28 May 2025 of Request for Proposal (RFP) HT9408-25-R-0010 with an estimated response date of 9 June 2025. Solicitation will be posted on sam.gov. Prospective Offerors are advised that any selected awardee must be registered with the System for Award Management (SAM) (www.sam.gov) and have a Commercial and Government Entity (CAGE) code prior to any award being made. Paper copies of this solicitation will not be physically issued, and telephone and faxed requests for the solicitation will not be honored. Contract Type: Firm Fixed Price Product or Service Code: S203 � Housekeeping � Food NAICS Code � 722310; SBA size standard for this NAICS code is $47,000,000 Competition: Full and Open Period of Performance: (Unit of Issue: Months) Transition Period: 01 August 2025 - 30 September 2025. Base Year: 01 October 2025 � 30 September 2026 Option Year 1: 01 October 2026 � 30 September 2027 Option Year 2: 01 October 2027 � 30 September 2028 Option Year 3: 01 October 2028 � 30 September 2029 7. Requirement Description: See Attached Draft Performance Work Statement 8. Points of Contact: Contracting Office: Defense Health Agency: Healthcare Contracting Division � South, 7800 IH-10 W, San Antonio, TX 78230 Ms. Michelle M. Bartkowski, Contracting Officer, michelle.m.bartkowski.civ@health.mil Mr. David Erpelding, Contract Specialist, david.k.erpelding.civ@health.mil This synopsis notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such. Interested parties may identify to the Points of Contact (see #8) their interest and capability to satisfy the Government�s requirement within 15 days of this notice. All questions regarding this notice are to be submitted in writing via E-mail. All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s). Vendor identities will not be disclosed. All prospective Offerors are to specify in their response whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business. Also, all prospective Offerors must specify whether they are a U.S. or foreign-owned firm. *** Synopsis is amended on 21 May 2025 to post DRAFT FAR 52.212-1, Instructions to Offerors and FAR 52.212-2, Evaluation of Offers. Interested vendors are advised that while the Government intends the final versions posted in the solicitation to be as close to these versions as possible, some aspects may change. Vendors are also advised that if there are any changes, the version in the solicitation (eg, Request for Proposals) will control and be what is used to evaluate offers. Interested vendors are encouraged to contact the POCs listed below with any questions they may have. ***
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/445d985e165744129eaeb6c9f41e7f98/view)
- Place of Performance
- Address: TX, USA
- Country: USA
- Country: USA
- Record
- SN07450913-F 20250523/250521230044 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |