Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 14, 2026 SAM #8846
SOLICITATION NOTICE

S -- Muscatatuck Training Center, Indiana Food Service/Catering

Notice Date
2/12/2026 12:53:39 PM
 
Notice Type
Solicitation
 
NAICS
722320 — Caterers
 
Contracting Office
HQ USSOCOM FORT LIBERTY NC 28310 USA
 
ZIP Code
28310
 
Solicitation Number
H9242126QMTC1
 
Response Due
2/17/2026 10:00:00 AM
 
Archive Date
03/04/2026
 
Point of Contact
SFC Joseph Ray, Phone: 910-396-6339
 
E-Mail Address
joseph.f.ray.mil@army.mil
(joseph.f.ray.mil@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The contractor shall provide all necessary food, equipment, and transportation to deliver three (3) meals per day (breakfast, lunch, and dinner) in accordance with the Performance Work Statement (PWS) and the meal delivery schedule below. *Please see attached PWS section 5. Specific Tasks for number of meals and CLIN structure* Period of Performance: 25 February 2026 � 6 March 2026 Key Requirements Include: Meal Types: Breakfast, Lunch, and Dinner. Meal quantities vary by day. Delivery Location: A single designated meal drop-off point at Muscatatuck Training Center. Must be capable of driving on dirt roads to reach destination. Strict Delivery Times: Breakfast: 0800 Local Time Lunch: 1200 Local Time Dinner: 1800 Local Time Nutritional Standards: Breakfast and dinner meals must each provide a minimum of 1,300 calories and 50 grams of protein. Menu Submission: Offerors must submit a proposed menu with itemized nutritional information along with their quote for government approval. Location Requirement: The vendor must provide sufficient evidence that they can meet the strict delivery times while adhering to all food safety and temperature standards. This Request for Quote (RFQ) is being issued using Simplified Acquisition Procedures under the authority of Federal Acquisition Regulation (FAR) Part 13. This requirement will be awarded as a firm-fixed-price (FFP) purchase order. This requirement is set aside 100% for small business. The award will be made to the responsible offeror whose quote represents the best value to the government. This will be a Best Value Trade-Off decision considering the following factors, listed in descending order of importance: Price Delivery & Timeliness: This factor assesses the offeror�s plan and demonstrated capability to meet the strict delivery schedule. Technical Approach: This factor evaluates the quality and nutritional value of the proposed menu. The government will assess the vendor's ability to meet and exceed the minimum nutritional requirements outlined in the PWS. A well-balanced, high-quality menu may be rated more favorably. The non-price factors (Technical Approach and Delivery/Timeliness), when combined, are more important than Price. The Government reserves the right to award to a higher-priced offeror if it is determined that the technical superiority of their quote warrants the additional cost. Instructions for Interested Parties: *Please see attached PWS section 5. Specific Tasks for number of meals and CLIN structure* All questions regarding this solicitation must be submitted in writing to the Point of Contact. The deadline for receipt of questions is February 12, 2026 at 1:00 PM EST Point of Contact: SFC Joseph Ray Contracting NCO joseph.f.ray.mil@army.mil 910-936-6339 Amendment A0001: Clarification of Requirements Date Issued:February 12, 2026 Purpose of this Amendment: The purpose of this amendment is to: 1. Provide official Government responses to questions received from industry. A. OFFICIAL RESPONSES TO VENDOR QUESTIONS: The following questions were received, and the official Government responses are provided below. Question 1: The PWS requires the contractor to provide plates, cups, utensils, napkins, and packaging suitable for field distribution. Could you please clarify whether the Government expects individually packaged/boxed meals or bulk food delivery? Official Government Response: The Government�s requirement is for bulk food delivery. Food should be delivered in disposable aluminum or steam table pans suitable for transport in insulated containers. Individual packaging (e.g., clamshells) is not required. The Government will be responsible for on-site serving; contracted servers are not required. Question 2:The PWS specifies that cups are required but does not reference beverages or ice. Please confirm if beverages and ice will be Government-provided or otherwise? Official Government Response: Beverages are a requirement. In accordance with PWS Section 4.1.1, Contractor-Furnished Items, the contractor is required to provide All food and beverage items. Offerors shall include beverages (e.g., iced tea, lemonade, water) and any necessary ice in their proposed menu and pricing. The Government will not be providing beverages or ice. B. ALL OTHER TERMS AND CONDITIONS: All other terms and conditions of the original solicitation remain unchanged.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2e4de98015c94fdd82b7449dc48b5c40/view)
 
Place of Performance
Address: Butlerville, IN 47223, USA
Zip Code: 47223
Country: USA
 
Record
SN07714319-F 20260214/260212230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.