Federal Contract Opportunity

Last Updated on 09 Jun 2025 at 6 PM
Combined Synopsis/Solicitation
Santa fe New mexico

Dining Facility (DFAC) Food Services NM ARNG

Details

Solicitation ID W912J3-25-Q-DFAC
Posted Date 09 Jun 2025 at 6 PM
Response Date 07 Jul 2025 at 5 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W7nq Uspfo Activity Nm Arng
Agency Department Of Defense
Location Santa fe New mexico United states 87508

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Ricoh Corporation

Charlotte Norcross Caldwell Rockville Minneapolis Lombard West caldwell Tustin Atlanta Arlington Pasadena Irvine Stamford Hillside Coppell San diego Philadelphia Alexandria

Cellco Partnership

Schaumburg Honolulu Alpharetta Dallas Bedminster Basking ridge Westlake Wilmington Baltimore Omaha Shawnee missio

Sign up to access Documents

Signup now

Dining Facility (DFAC) Food Services NM ARNG

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued.  This solicitation, W912J3-25-Q-DFAC is issued as a Request for Quotation (RFQ).  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03, effective January 17, 2025.  The associated North American Industry Classification System Code (NAICS) is 722310 and the size standard is $47.0M.  There is no Set Aside for this requirement.  The contractor shall provide for the following Contract Line-Item Numbers (CLIN):

CLIN 0001: Base Period

CLIN 1001: Option Period 1

CLIN 2001: Option Period 2

CLIN 3001: Option Period 3

CLIN 4001: Option Period 4

Description of Requirements

The New Mexico Army National Guard has a requirement for DFAC food service operations supporting the Santa Fe Training Complex (SFTC) at designated Dining Facilities. The RTI Food Service operation consists of two (2) DFACs at the New Mexico Army National Guard, Santa Fe Training Complex. The two DFAC’s are 615th Trans Bn and the 515th RTI.  The 515th RTI kitchen is getting renovated at this time. Right now, we are working out of 615th Trans Bn until the 515th gets completed then we will transition from the 615th Trans BN kitchen to the 515th RTI kitchen. These facilities provide full meal services, catering to the nutritional needs of approximately 2,000 to 3,000 students, and collectively serving over 41,000 meals each year. This is a non-personal services contract to provide DFAC food service operations supporting the Santa Fe Training Complex (SFTC) at designated Dining Facilities. The United States Government (USG) shall not exercise any supervision or control over the contract service providers performing the services herein.  Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the USG. The Contractor shall provide all supervision, labor, personnel to perform activities as defined in this PWS. The Contractor shall perform the requirements in this PWS, conform to the professional standards identified in this contract, and shall follow all applicable instructions and directives as identified by this PWS. All services provided by the Contractor in this contract shall be performed in accordance with (IAW) Tri Service Food Code (TB MED 530), Army Policy, and all applicable local, state, and federal laws, regulations, and policies. In the event of a conflict between any law and regulation, the more stringent rule shall apply. Contractor tasks include but are not limited to the following: facility sanitation, janitorial services, and management functions in support of the installation’s DFAC mission.

The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition, and the specific evaluation criteria to be included in paragraph (a) of that provision (See Evaluation section). FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-7, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-20, 52.204-23, 52.204-24, 52.204-25, 52.204-26, 52.209-10, 52.219-6, 52.219-28, 52.222-3, 52.222-41, 52.222.42, 52.222-50, 52.222-55, 52.222-62, 52.223-18, 52.232-33, 52.232-39, 52.232-40, 52.233-3, 52.233-4, 52.247-29, 52.252-5, 52.252-6, 252.201-7000, 252.203-7000, 252.203-7002, 252.203-7005, 252.204-7003, 252.204-7008, 252.204-7012, 252.204-7015, 252.204-7016, 252.204-7017, 252.204-7018, 252.204-7019, 252.204-7020, 252.211-7003, 252.225-7048, 252.225-7974 (DEV), 252.232-7003, 252.232-7006, 252.232-7010, 252.237-7010, 252.243-7001, and 252.244-7000. The full text of the referenced FAR and DFARS clauses may be accessed electronically at https://www.acquisition.gov/content/regulations. This solicitation includes the clause 52.222-41 Service Contract Labor Standards and incorporates the wage rates in the attached Wage Determination. See attached Wage Determination #2015-5449 published December 22, 2024.

FAR 52.212-2 Evaluation-Commercial Products and Commercial Services.

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer will be most advantageous to the Government, price and other factors considered (Best Value). The following factors shall be used to evaluate offers:

1. Price – CLINs and Sub CLINs must be priced for the base period and the four option periods. The pricing must be all inclusive, all taxes and fees must be included in the quoted price.

2. Past Performance – Contractors shall submit past performance information on services similar to this requirement of the solicitation and must be within the past five years.

3. Technical Evaluation – Contractors shall submit a document illustrating how the contractor will accomplish the requirements outlined in the PWS for the base year and four option years. This document shall not exceed 10 pages.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

A contract award will be made based off Best Value, in accordance with FAR 13.106-1(2)(iii) Solicitations are not required to state the relative importance assigned to each evaluation factor and subfactor, nor are they required to include subfactors.

  1. This is an “All-or-None” award.
  2. Be able to meet all requirements to provide the requested service and quote must be valid for 90 days.
  3. Be registered and current in the System for Award Management (SAM) database per DFARS 252.204-7004 (www.sam.gov).
  4. Contractor shall be able to invoice through Wide Area Workflow (WAWF) (https://wawf.eb.mil) for payments to be processed electronically. 

An optional site visit will be held at the Regional Training Institute (RTI) 

Monday - Tuesday, 23-24 June, 2025 8:00am-2:00pm MST.

27 Bataan Blvd, Santa Fe, NM 87508 

You must pre-register via email at [email protected] with the following information to attend.

  1. Provide full name, date of birth, state that driver’s license was issued, country of citizenship (if not US list country of citizenship), phone number and company for each person attending the site visit

All questions must be in writing and submitted via email to [email protected] no later than Wednesday, June 25, 2025 by 4:00 pm, Mountain Standard Time. NO questions will be considered after close of questions due date.

All quotations must be in writing and submitted via email to [email protected]  by Monday, July 07, 2025 by 11:00 am, Mountain Standard Time.  

It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. It is the responsibility of the vendor to ensure the quote was received by the New Mexico USPFO. Contracting Officer for this action will be Mashall Baca 505-660-4409, and Contract Specialist will be Dangela Parsons at 505-537-9897.

Similar Opportunities

Santa fe New mexico 07 Jul 2025 at 5 PM
Santa fe New mexico 07 Jul 2025 at 5 PM
Santa fe New mexico 07 Jul 2025 at 5 PM
Santa fe New mexico 07 Jul 2025 at 5 PM
Santa fe New mexico 07 Jul 2025 at 5 PM

Similar Awards

North little rock Arkansas Not Specified
Location Unknown 20 Aug 2011 at 5 PM
Location Unknown Not Specified