San Diego Metro - Food Service Attendant Services USN Dining
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 NAVSUP Fleet Logistics Center, San Diego (FLCSD) is conducting a market survey (Sources Sought) to identify interested and capable businesses for Food Service Attendant Services across five dining facilities in the San Diego Metro area. This is for planning purposes only and is not a solicitation. Responses are due May 12, 2026.
Scope of Work
The contractor will provide personnel, supervision, and services for Food Service Attendant duties. This includes anticipated labor categories such as Supervisor, Food Sanitation Specialist, Vegetable/Meat/Salad Preparer, Cashier, and Project Manager. The services are for facilities including NBSD, NASNI, NBPL, HDA, and NAB.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Contract Type: Firm-Fixed-Price (FFP)
- Anticipated Duration: One-year base period with four one-year options
- Set-Aside: The Government reserves the right to consider a set-aside for small businesses or one of the small business socioeconomic contracting programs (e.g., 8(a), HUBZone, SDVOSB, WOSB, EDWOSB).
- NAICS Code: 722310 (Food Service Contractors) with a $47 million small business size standard.
- Response Due: May 12, 2026, 11:00 AM PDT
- Questions Due: May 9, 2026, 11:00 AM PDT
- Published: May 1, 2026
Submission Requirements
Interested parties must submit a Capability Statement (no more than 10 pages) electronically to jheanna.u.poblete.civ@us.navy.mil. Responses must reference number 1301344894.
Information to Include in Response:
- Section 1: Corporate Description: Firm name, size status, NAICS code, ownership, socioeconomic certifications, points of contact, CAGE Code, UEI, DUNS Number, affiliate information, and facility clearance level.
- Section 2: Corporate Experience: 1-3 citations for current and relevant experience (within the last 3 years) related to the Draft PWS. Describe how the work demonstrates capability, including similarity of services, complexity, dollar value, contract type, and subcontracting/teaming.
Additional Notes
This notice is for planning purposes only and is not a commitment by the Government. No contract will be awarded based on this notice, and respondents will not be reimbursed for costs. Any resultant set-aside contract will include FAR 52.219-14 (Limitations on Subcontracting). Respondents intending to utilize subcontractors must detail how the prime will not pay more than 50 percent of the amount to non-similarly situated entities.