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, specifically the North Carolina Army National Guard (NCARNG), is establishing a Blanket Purchase Agreement (BPA) for Subsistence in Kind (SIK) catering services. This requirement provides prepared meals for personnel during various missions and training exercises across North Carolina and Ft. Barfoot, VA. This is a Total Small Business Set-Aside.
Scope of Work
The contractor shall provide all personnel, equipment, materials, and supervision necessary to deliver catering services. Key requirements include:
- Meal Types: Breakfast, lunch, and dinner catering, including "box" lunches for travel.
- Service Delivery: Meals may be prepared at a commercial establishment or at the consumption site. Stationary facilities must be within a 60-minute drive of the feeding location.
- Standards: Compliance with FDA and Triservice Food Codes is mandatory, requiring a food safety inspection rating of 93% or higher.
- Menu Requirements: Specific nutritional minimums for proteins, starches, and vegetables, with a prohibition on repetitive menus within a 5-to-7-day period.
Contract & Timeline
- Type: Blanket Purchase Agreement (BPA)
- Duration: 5-year period of performance
- Value: Cumulative BPA limit of $975,000, with individual calls capped at $100,000
- Set-Aside: Total Small Business (NAICS 722320, $9M size standard)
- Published Date: February 10, 2026
Evaluation
Award will be made to the responsible offeror representing the best value to the government using a streamlined comparative trade-off evaluation. Evaluation factors include:
- Technical Proposal: Plan of execution, quality control, and familiarity with Wide Area Work Flow (WAWF).
- Past Performance: Maximum of 2 pages.
- Price: Evaluated via the provided Pricelist Quote template.
Additional Notes
Vendors must be registered and active in SAM.gov. All invoicing and delivery tickets must be processed through Wide Area Workflow (WAWF).