SOLICITATION NOTICE
S -- Full Food Service
- Notice Date
- 9/17/2025 1:04:00 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- W7NK USPFO ACTIVITY MT ARNG FORT HARRISON MT 59636-4789 USA
- ZIP Code
- 59636-4789
- Solicitation Number
- W9124V25QA002
- Response Due
- 9/26/2025 9:00:00 AM
- Archive Date
- 10/11/2025
- Point of Contact
- Alice Hinck, Phone: 4063243411, Adam Sackman
- E-Mail Address
-
alice.a.hinck.civ@army.mil, adam.d.sackman.civ@army.mil
(alice.a.hinck.civ@army.mil, adam.d.sackman.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Amendment 3 - Sept 17th, 2025 Added Pricing Worksheet v2 which removed the special meals pricing. (end of amendment 3) Amendment 2 - Sept 17th, 2025 Added Provisions and Clauses v2 in order to add FAR clause 52.232-18 Added Addendum to 52.212-1 Instructions to Offerors v2 updated with what shall be submitted from vendor (blue font) Added Q&A v2 with questions received through 17 Sept 25 (new questions in red font) Added Evaluation Criteria v2 with clarification to evaluation process (additions in blue font) Added Food Service PWS v.2 with additions in blue font and deletions in strikethrough/red font, and the addition of TE 7 Added Cleaning requirements clarification memo_KO for cleaning expectations and clarification (End of Amendment 2) Amendment 1 - August 28th, 2025 1. Updated evaluation factors Over SAT document. Added Q&A. Added Pricing Document. (End of Amendment 1) **Vendors shall acknowledge amendments with their quote submission. The Montana Army National Guard (MTARNG) requires a Full Food Service (FSS) contract to support tenant units, the Regional Training Institute, and other non MTARNG customers located at Fort Harrison, MT with support to Helena Aviation Reserve Center (HARC) near the Helena Regional Airport, and Limestone Hills Training Area near Townsend, MT. The vendor will provide meals for Soldiers to include field feeding meals and sack meals as required. The service will be performed at Fort Harrison, MT in a Government provided facility with government furnished property (see attached GFP). The significant difficulties involved in this contract include: unknown number of walk-in cash customers, significance variance in number of customers from meal to meal and day to day with some time periods of no required service. The facility is located on a military installation. Vendor and vendor employees will require access to the installation and will require certain online security training to work on the fort. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Solicitation # W9124V25QA002 is issued as a request for quote (RFQ), quotes are being requested and a written solicitation will not be issued. This solicitation documnent and incorporated provisions and clauses are those in effect through Federal Acqustion Circular 2025-04, effective May 2, 2025. THE GOVERNMENT INTENDS TO ISSUE ONE (1) Single Award Indefinite Delivery/ Indefinite quantity (IDIQ) Contract. Task Orders will be issued monthly or per event for the estimated/anticipated meal requirements for that month. The contract duration will include one base period of five years, plus inclusion of 52.217-8 clause, which may extend the contract up to 6 months. Contract ceiling for the IDIQ will be $7,500,000.00 with a $2,000 minimum guarantee. The estimated start date is November 1, 2025. This requirement is 100% competitive set aside for small business concerns with the assciated NAICS of 722310 which has a size standard of $47 million. Interested quoters must be registered in the System for Award Management (SAM) at sam.gov as a small business under the advertised NAICS (722310). Invoicing shall be through WAWF at https://piee.eb.mil and payment will be Electronic Funds Transfer (EFT) from Defense Finance and Accounting Service (DFAS). Vendors shall agree to register for a WAWF account, which is separate than SAM. The Government reserves the right to award this contract without discussions. Provisions and Clauses: Provisions and clauses applicable to this requirement are attached. The provisions at FAR 52.212-1, 52.212-2 and 52.212-3 apply to this requirement and are provided in the attachment. The clauses at FAR 52.212-4 and 52.212-5 apply to this requirement and are provided in the attachment. FAR 52.232-18 Availability of Funds is applicable to this requirement as the award will be in FY26 and funds for FY26 have not been allocated at time of solicitation. Site Visit: The date for the site visit is September 10, 2025 at 09:00 AM local (MST) time at Bldg 1011 on Sanaianda Dr., Fort Harrison, MT. Interested contractors are strongly encouraged to attend and will require a valid ID and drivers license for access to Fort Harrison. Attendees may request a strip map no later than September 8, 2025 at 1:00 PM via email request to alice.a.hinck.civ@army.mil. Late requests risk not receiving the location informaiton prior to the site visit. Attendee is responsible to verify receipt of email requesting strip map or directions. Amendments: This solicitation will be issued electronically as will any amendments thereto. Because of this, the Government is under no obligation and is in fact unable to maintain a quoter's mailing list. It is therefore incumbent upon any interested parties to periodically visit SAM.gov in order to obtain any amendments that may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for receipt of quotes may render your quote nonresponsive and result in the rejection of same. Questions: All questions on this solicitation must be submitted electronically via email to alice.a.hinck.civ@army.mil. All questions must be submitted NLT 09/19/2025 at 2:00 PM MST. NG Agency Protest Program: NG Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns with the National Guard (NG) as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods as if filed at the GAO. The NG protest decision goal is to resolve protests within 35 calendar days from filing. An agency protest may be filed with either the Contracting Officer or the NG Agency's Protest Decision Authority, but not both, in accordance with NG protest procedures. To be timely, the protests must be filed with the periods specified in FAR 33.103. To file a protest under the NG Agency Protest Program, the protest must request resolution under that program and be sent to the address below: National Guard Bureau Office of the Director of Acquisitions/Head of Contracting Activity ATTN: NGB-AQ-O 111 S. George Mason Dr. Arlington, VA 22204 Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil All other agency-level protests should be sent to the Contraction officer for resolution at the address in the solicitation. See FAR clause 52.233-2. NG Public-facing, general Protest information is found at https://gko.portal.ng.mil/ngb/STAFF/D01/D01/OI/Protests%20and%20Complaints/Forms/AllItems Directorate of Acquisitions information for the contracting enterprise is found at https://www.nationalguard.mil/Leadership/Joint-Staff/Special-Staff/Director-of-Acquisitions/
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/79d12d96500c4e67ab1f8a5abadbbfda/view)
- Place of Performance
- Address: Fort Harrison, MT 59636, USA
- Zip Code: 59636
- Country: USA
- Zip Code: 59636
- Record
- SN07594311-F 20250919/250917230040 (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 |