Opportunity
SAM #1301266735
Navy Seeks Food Service Attendant Services for Naval Base Ventura County Dining Facilities
Buyer
NAVSUP Fleet Logistics Center San Diego
Posted
March 25, 2026
Respond By
April 22, 2026
Identifier
1301266735
NAICS
722310
The Department of the Navy, through NAVSUP Fleet Logistics Center San Diego and Commander Navy Region Southwest, is seeking contractors to provide Food Service Attendant Services at Naval Base Ventura County (NBVC), specifically at the Port Hueneme and Point Mugu dining facilities. - Government Buyer: - Department of the Navy - NAVSUP Fleet Logistics Center San Diego (NAVSUP FLCSD) - Commander Navy Region Southwest (CNRSW) - OEMs and Vendors: - No specific OEMs or commercial vendors are named in the solicitation - Products/Services Requested: - Food Service Attendant Services for two Navy dining facilities at NBVC (Port Hueneme and Point Mugu) - Tasks include cashier duties, food service attendant tasks, scullery, housekeeping, and vegetable preparation (Port Hueneme only) - Approximately 20 full-time equivalents anticipated, covering roles such as Lead Worker, Food Sanitation Specialist, Food Service Specialist, Vegetable/Meat/Salad Preparer, and Cashier - Contractor provides personnel, uniforms, and cleaning supplies; government provides food, facilities, equipment, and training - Key personnel requirements: Project Manager and Supervisors with specified experience - Unique or Notable Requirements: - Contract is firm-fixed-price with a base year and four 12-month option years (total potential duration: 5 years) - Small business set-aside is possible; NAICS code 722310 with a $47 million size standard - Subcontracting limitations per FAR 52.219-14 apply - Respondents must demonstrate capability to manage the contract and comply with small business socioeconomic program requirements if applicable
Description
NAVSUP Fleet Logistics Center, San Diego (FLCSD) is conducting a market survey (MS) to identify interested and capable businesses, stimulate industry awareness and, gain feedback to improve the acquisition environment/process. Firms possessing the capabilities to perform the tasking described in the attached Performance Work Statement (PWS) and information below are encouraged to respond.
This is not a solicitation announcement. This notice is for planning purposes only and is not to be construed as a commitment by the Government. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Any information submitted by respondents to this notice is strictly voluntary. The Government will not award any contract based on the information received from this notice. The government will utilize information received from this notice to assist in acquisition planning and identifying small businesses’ capabilities. The Government reserves the right to consider a set-aside for small businesses or one of the small business socioeconomic contracting programs (e.g., 8(a), HUBZone, service-disabled veteran-owned small business (SDVOSB), and women-owned small business (WOSB) including economically disadvantaged women-owned small businesses (EDWOSB)).
Any resultant set-aside contract or task order for services will include the applicable clause at FAR 52.219-14 – Limitations on Subcontracting. Respondents (e.g., primes) intending to utilize subcontractors should provide information detailing how the prime will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities (SSEs), as defined within FAR 52.219-14. A respondent (prime) utilizing a subcontracting arrangement will need to have the infrastructure and resources in place to manage the entire contract, including all task orders (if applicable).