Ammendment 03 THE PURPOSE OF THIS AMENDMENT IS TO RESPOND TO Q&A SET 03 AND INCORPORATE BY REFENCE, ADD ADDITIONAL EDITS TO PWS. WE ARE ALSO EXTENDING THE DUE DATE AND TIME IOT ALLOW VENDORS TO PROPERLY RESPOND. See conformed copy of Solicitation NO OTHER CHANGES AT THIS TIME
Ammendment 02 THE PURPOSE OF THIS AMENDMENT IS TO INCORPORATE THE UPDATED SERVICE CONTRACT ACT-WAGE DETERMINATION TO 2015-4539 R28 07.08.25. THE PREVIOUS AMENDMENT REMOVING THE SUBSTANCE AND SUPPLY COST ARE NOW RE-APPLIED AFTER FURTHER REVIEW WITH THE REQUIRING ACTIVITY. THESE
HAVE BEEN ADDED AS BREAKFAST, LUNCH AND DINNER LINE ITEMS AS PREVIOUSLY.
attachments: RTI-FFS SF 30 amenment 02, Conformed Copy Solicitation, Revised PWS, Q&A set 03 responses
Amendment 01 RTI-FSS: THE PURPOSE OF THIS AMENDMENT IS TO INCORPORATE CURRENT Q&A RESPONSES, EDIT PERFORMANCE WORK STATEMENT (PWS) SEC 3.1 CONTRACTOR FURNISHED INFORMATION AND EDIT TECH EXHIBIT (TE) 5. THE LINE ITEMS ARE ALSO REVISED FOR SIMPLICITY IN PROVIDING PRICE QUOTE.
added attachemnts: RTI-FFS SF 30 amenment 01, Conformed Copy Solicitation, Revised PWS, Q&A set 02 responses.
Last Day for Questions is set at 03 August 2025, so that government can respond timely
Update 02: Questions and answers posted, see attahments for Q&A responses, DFAC Pics-Floor plan, Q5 35_Day menu and FY26 Course schedule. no other changes
Update 01: Setting a date for a Site visit to the RTI dinning Facility
24 Jul 2025 at 0900am
211TH REGT (RTI)
5629 STATE ROAD 16 W, CAMP BLANDING BLDG 3410
STARKE, FL 32091-8900
Please email the name of attendee and DL# to: JOHN W. BRUCE, CW4, QM, FLARNG: john.w.bruce.mil@army.mil and MATTHEW R. VANFOSSEN CPT, matthew.r.vanfossen.mil@army.mil also CC Mr Douglas Divine: douglas.d.divine.civ@army.mil
Also adding Attachment 04 Past Performance Questionaire (PPQ) and Attachment 05-Service Contract WD that was not added origionally.
-----------------
Dining facility Full Food Service (FFS)
This is a non-personal services contract to provide DFAC food service operations supporting the Florida Regional Training Institute (RTI) at designated Dining Facility. 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.
Please ensure you carefully read the entire Solicitation requirements specicifally, Addendum to 52.212-1, Instructions to Offerors and Addendum to Evaluation criteria. Send any questions to the POC listed via email and a response will be posted to SAM
Description of Requirement: The contractor will perform food service requirements to meet FFS services and remote site feeding requirements at designated training areas. The Contractor shall provide quality services in support of the schoolhouse food service program supporting the warfighter with flexible, efficient, and cost-effective services through management innovations and use of industry best practices, where applicable, while ensuring compliance with all applicable laws, rules, and regulations. The contractor shall provide all supervision, labor, personnel, equipment, materials and supplies, except Government Furnished Property (GFP), to perform FFS Operations for approximately 2,000 students annually. This will be a base year plus four option years IDIQ award.
The applicable NAICS code for this requirement is 722310 with a Small Business Size Standard of $47M. The Product Service Code (PSC) is M1FD. The solicitation, as well as all notices and amendments, will be posted to the Government Point of Entry located at https://sam.gov
Randolph-Sheppard Act (RSA) Compliance: This solicitation is subject to exercise of the priority policy regarding qualified State Licensing Agencies (SLA) for the Blind in accordance with the RSA. An offer determined “Technically Acceptable” from a qualified SLA will receive priority in accordance with the RSA and Army Regulation 210-25. Once the Contracting Officer determines that the SLA/blind vendor’s proposal should be included in the competitive range, the award will be made to the SLA/blind vendor unless (1) under the SLA/blind vendor’s proposal it cannot provide food service at a comparable cost and of comparable high quality as available from other providers and (2) the Department of Education concurs in the decision. This notice is not designed to discourage competition from small business concerns not eligible for the preference. This merely serves as notice that the required priority will be applied should an offer determined to be “Technically Acceptable” determined to be in the competitive range, be received from a qualified SLA. The SLA for Florida, Department of Services for the Blind, has expressed an interest in this requirement.