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, has awarded a Blanket Purchase Agreement (BPA) for Subsistence in Kind (SIK) catering services for the North Carolina National Guard (NCNG). This BPA is a Total Small Business Set-Aside and covers the provision of breakfast, lunch, and dinner services on an as-needed basis across various locations in North Carolina and Ft. Barfoot, VA. The BPA has a cumulative limit of $975,000.00 over a five-year period.
Scope of Work
The BPA requires the provision of all personnel, materials, supervision, and services necessary for catering. This includes preparing meals at commercial establishments or consumption sites, delivering, catering/serving, or preparing on-site. Services are issued via BPA Calls for specific line items: breakfast, lunch, dinner, and associated delivery fees.
Contract Details
- Contract Type: Blanket Purchase Agreement (BPA)
- Period of Performance: Five (5) years from award date.
- Cumulative BPA Limit: $975,000.00. Individual calls are limited to $100,000.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5). NAICS 722320 ($9M size standard).
- Place of Performance: Primarily various locations throughout North Carolina and Ft. Barfoot, VA.
- Award Date: February 10, 2026 (Award Notice Published Date).
Key Requirements & Standards
Contractors must use approved restaurant establishments with a food safety inspection rating of 93% or above, located within a 60-minute drive of the feeding location. Meals must adhere to specific menu minimums, FDA and Triservice Food Codes for preparation, transport, and serving temperatures (hot meals 135°F or higher, 4-hour shelf life). Certifications such as Food Managers and Sanitation Certificates are mandatory. Contractors are responsible for all cleanup and waste management.
Operational & Administrative Details
BPA calls are issued on an as-needed basis, with the contractor coordinating services from an authorized vendor list. Calls may be competed if the period of performance exceeds three days. Invoicing is via Wide Area Work Flow (WAWF) within two business days of the POP end date. Compliance with installation access, security policies (including background checks, AT Level 1, and iWATCH training), and Service Contract Act Wage Determinations for relevant counties is required.
Submission & Evaluation (for original solicitation)
The original solicitation sought proposals including a technical plan of execution, past performance (max 2 pages), and pricing mirroring the CLIN schedule. Award was based on best value using a streamlined comparative trade-off evaluation. Vendors must be registered and active in SAM.gov.