Subsistence in Kind BPA
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 Department of the Army, W7NS USPFO ACTIVITY NC ARNG, is soliciting proposals for a Blanket Purchase Agreement (BPA) for Subsistence in Kind (SIK) catering services for the North Carolina Army National Guard (NCARNG). This opportunity is a Total Small Business Set-Aside. The BPA will have a 5-year period of performance with a cumulative limit of $975,000. Quotes are due by January 30, 2026, at 1:00 PM EST.
Purpose & Scope
The NCARNG seeks to establish a BPA for catering services to support various missions, providing meals on an as-needed basis. Services include breakfast, lunch, and dinner catering, along with associated delivery fees. Meals can be prepared at commercial establishments or on-site, and must adhere to strict food safety, menu, and preparation standards outlined in the Performance Work Statement (PWS). The place of performance will primarily be various locations throughout North Carolina and Ft. Barfoot, VA.
Contract Details
- Contract Type: Blanket Purchase Agreement (BPA)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 722320 (Food Services), Size Standard $9M
- Period of Performance: 5 years from award date for each line item.
- Cumulative BPA Limit: $975,000. Individual calls are limited to $100,000.
- Invoicing: Wide Area Work Flow (WAWF) within 2 business days of period of performance end.
- Payment: Made by DFAS.
- Applicable Wage Determinations: Service Contract Act Wage Determinations for various counties in North Carolina and Virginia apply.
Submission & Evaluation
Offerors must be registered and active in SAM.gov. Proposals must include a completed Pricelist Quote using the provided template and a technical proposal as specified in the Synopsitation. The technical proposal should detail the plan of execution (meal coordination, subcontractor relationships, POCs, invoicing, WAWF familiarity, ability to handle BPA call modifications, introducing new subcontractors, and quality control plan), past performance (max 2 pages), and joint venture information if applicable.
Award will be a firm-fixed-priced contract based on a best value determination using a streamlined comparative trade-off evaluation. The government may negotiate final terms. Late submissions will generally not be considered.
Key Requirements & Notes
- Food establishments must maintain valid permits, adhere to FDA and Triservice Food Codes, and achieve a food safety inspection rating of 93% or above.
- Menus must meet specific minimums, be submitted for verification, and avoid repetition.
- Food must be prepared on the day of service, served hot (135°F or higher), and have a shelf life not exceeding 4 hours.
- Required certifications include Food Managers and Sanitation Certificates.
- Compliance with installation access, security policies, background checks, AT Level 1, and iWATCH training is mandatory.
- Offerors are instructed not to add additional Terms and Conditions.