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, North Carolina Army National Guard (NCARNG), is soliciting proposals for a Subsistence in Kind Blanket Purchase Agreement (BPA) to provide catering services. This opportunity is a Total Small Business Set-Aside for firms capable of delivering various meal services on an as-needed basis across North Carolina and parts of Virginia. Quotes are due by February 6, 2026, at 5:00 PM EST.
Scope of Work
This BPA requires the provision of all personnel, materials, supervision, and services necessary for catering, including breakfast, lunch, dinner, and associated delivery fees. Services will be issued via BPA Calls on an as-needed basis, with the contractor coordinating from an authorized vendor list. Meals can be prepared at the caterer's establishment, delivered, catered/served, or prepared at the consumption site. All services and meals must meet the minimum requirements outlined in the Performance Work Statement (PWS), including specific menu standards, food preparation temperatures, and sanitation protocols.
Contract Details
- Contract Type: Blanket Purchase Agreement (BPA)
- Period of Performance: Five (5) years from the award date for each line item.
- Estimated Value: The cumulative BPA limit is $975,000.00, with individual calls limited to $100,000.
- Set-Aside: This acquisition is a 100% Total Small Business Set-Aside.
- NAICS Code: 722320 (Caterers), with a size standard of $9M.
- Place of Performance: Primarily various locations throughout North Carolina, and Ft. Barfoot, VA.
Key Requirements
Offerors must ensure food establishments maintain valid permits, adhere to FDA and Triservice Food Codes, and achieve a food safety inspection rating of 93% or above. Stationary facilities must be within a 60-minute drive of the feeding location. Specific menu minimums are detailed for breakfast, lunch, and dinner, with no repetitive menus within specified periods. Meals 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. Contractors must comply with installation access, security policies, and complete AT Level 1 and iWATCH training.
Submission & Evaluation
Vendors must be registered and active in SAM.gov. Proposals must be formatted as specified in the Synopsitation, not password protected, and scanned for viruses. Pricing for all CLINs must mirror the unit of issue and quantity on the CLIN schedule, utilizing the provided Pricelist Quote template. Technical proposals require a proposed 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 to the responsible offeror representing the best value to the government, using a streamlined comparative trade-off evaluation. The government may negotiate final terms.
Deadlines & Contact
- Quotes Due: February 6, 2026, at 5:00 PM EST.
- Primary Contact: Samuel Caulfield, samuel.j.caulfield.civ@army.mil.