152 AW Food Services Support
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Nevada Air National Guard, 152 Mission Support Contracting Office is soliciting quotations for Food Services Support at the 152d Airlift Wing Dining Facility in Reno, NV. This requirement is a Total Small Business Set-Aside for a Firm Fixed Price Purchase Order to provide comprehensive food services during Regularly Scheduled Drills (RSDs). Quotes are due by April 20, 2026, at 10:00 AM PDT.
Scope of Work
The contractor will provide all personnel, equipment, tools, materials, supervision, and quality control necessary for food service operations at the main Dining Facility (DFAC), Building 111, Nevada Air National Guard Base, Reno, NV. Services include food preparation, cooking, serving, and cleaning during drill weekends (one weekend per month, Saturday and Sunday), with specific hours for lunch and breakfast. The scope also covers sanitation, facility maintenance, beverage/ice machine monitoring, adherence to Armed Forces Recipe Service recipes, and provisions for holiday meals and contingency operations. Performance standards include high compliance rates for menu preparation, sanitation, timeliness, courtesy, and facility cleanliness.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (Request for Quote - RFQ)
- Contract Type: Firm Fixed Price Purchase Order
- Set-Aside: Total Small Business Set-Aside
- NAICS Code: 722310 (Food Services Contractors)
- Product Service Code (PSC): S203 (Food Services)
- Period of Performance (PoP): One Base Year (12 months) and four 12-month option years, starting June 1, 2026.
- Pricing Structure: Bidders must complete Attachment 3 (Schedule of Items), which defines a "Job" as 2 days per Unit Training Assembly (UTA), up to 24 days annually.
Submission & Evaluation
Offerors must submit a technical capabilities approach (maximum five pages) along with the completed Attachment 3 (Schedule of Items). Quotes must be emailed to the listed points of contact and remain valid for 150 days. All questions must be submitted in writing by April 20, 2026, 10:00 AM PDT. Award will be made on a Best Value basis, specifically the lowest priced technically acceptable quotation, with technical capability (specifications compliance) rated as Acceptable/Unacceptable.
Key Attachments & Notes
This announcement constitutes the solicitation; no separate written solicitation will be issued. Key documents include:
- Attachment 1: Combined Synopsis/Solicitation (RFQ)
- Attachment 2: Performance Work Statement (PWS) detailing technical requirements, performance standards, and special requirements (e.g., personnel training, QC Plan, Contract Manager).
- Attachment 3: Schedule of Items for pricing.
- Attachment 4: Provisions and Clauses, incorporating FAR/DFARS clauses by reference and in full text. Bidders must review for contractual obligations, representations, and certifications.
- Attachment 5: Wage Determination, critical for understanding minimum wage rates and fringe benefits under the Service Contract Act for labor cost estimation. Contractor personnel must comply with installation regulations, wear ID badges, and adhere to strict hygiene standards. Government-Furnished Property (GFP) includes workspace, food supplies, and kitchen equipment.
Contact Information
Primary: Wendy Cano Perez (wendy.cano_perez@us.af.mil, 775-788-9350) Secondary: Keith Trimble (keith.trimble.1@us.af.mil, 775-788-4663)