Full Food Service at the Coast Guard Academy
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 U.S. Coast Guard is soliciting proposals for Full Food Services at the Coast Guard Academy in New London, CT. This opportunity, designated as a Total Small Business Set-Aside, requires comprehensive food service operations for approximately 1000 cadets/students and other eligible patrons. Proposals are due by February 2, 2026.
Scope of Work
The contractor will provide adequate and nutritious meals, encompassing food preparation, formal table service, family-style meals, formal and special events, and the provision of chef and management staff. Services also include food ordering and management, maintaining a 14-day subsistence inventory, and providing meals for NCAA athletic training, medical clinics, and boxed meals. Key requirements include developing two three-week cycle menus for the Cadet Wardroom and Coast Guard Dining Facility, and five sample training meal menus. The Project Manager must possess Collegiate Food Service Experience.
Contract Details & Period of Performance
This is a Firm Fixed-Price (FFP) contract. The period of performance includes a 1-month phase-in period followed by an 11-month base period, with multiple option years extending the total duration up to five years. Options to extend services (FAR 52.217-8) for up to 6 months and to extend the term (FAR 52.217-9) for up to 5 years are included. The NAICS code is 722310 (Food Services).
Submission Requirements & Evaluation
Proposals must be submitted electronically via email to Maeve.M.Schaeffer@uscg.mil. Submissions should consist of two volumes: Volume I (Non-Price Proposal), which includes a Technical Plan (50-page limit) and Past Performance (12-page limit, excluding PPQs), and Volume II (Price Proposal), which must include a completed Schedule of Prices. Offerors must complete SF1449 and relevant FAR provisions. Only one proposal per prime vendor is accepted.
Evaluation will be based on Technical Plan, Past Performance, and Price, with Technical and Past Performance combined being more important than Price. A tradeoff source selection process will be used, considering "variety and creativity" as equally important. State Licensing Agencies (SLAs) are permitted to submit proposals. A Performance Bond is not required.
Key Dates & Contacts
- Proposal Due Date: February 2, 2026, 5:00 PM EST
- Questions Deadline: January 13, 2026, 5:00 PM EST
- Question Responses Posted: January 20, 2026
- Site Visits: January 7 & 9, 2026 (Real ID required, advance registration by Jan 5)
- Primary Contact: Maeve Schaeffer (Maeve.M.Schaeffer@uscg.mil)
Important Notes
Offerors must review PWS Revision #2 for updated uniform and linen requirements. Pricing proposals should account for the 1-month phase-in and 11-month base period, adjusting calculations from Attachment 5_2024-2025 Estimations as needed. Bidders should also review the provided Collective Bargaining Agreement and Wage Determination for labor cost considerations.