Opportunity
SAM #1301344894
Food Service Attendant Services for US Navy Dining Facilities in San Diego Metro Area
Buyer
NAVSUP Fleet Logistics Center San Diego
Posted
May 01, 2026
Respond By
May 12, 2026
Identifier
1301344894
NAICS
722310
NAVSUP Fleet Logistics Center San Diego is seeking industry input for Food Service Attendant Services at multiple US Navy dining facilities in the San Diego Metro area. - Government Buyer: - Department of the Navy - NAVSUP Fleet Logistics Center San Diego (NAVSUP FLCSD) - Scope of Work: - Food Service Attendant Services at five US Navy dining facilities: - Naval Base San Diego - Naval Air Station North Island - Naval Base Point Loma Subase - Naval Base Point Loma Harbor Drive Annex - Naval Air Base Coronado - Labor categories include Supervisor, Food Sanitation Specialist, Preparer, Cashier, and Project Manager - Services must include personnel, supervision, and necessary items to perform food service attendant duties - Contract Details: - Anticipated as firm-fixed-price - One-year base period with four one-year option periods (up to five years total) - NAICS code: 722310 (Food Service Contractors), $47M small business size standard - Notable Requirements: - Compliance with FAR 52.219-14 (limitations on subcontracting) - Potential for small business set-asides - Respondents must demonstrate ability to manage the entire contract and task orders - No specific OEMs, vendors, products, part numbers, or purchase quantities are listed - Place of Performance: - Multiple US Navy bases and facilities in San Diego Metro area - Contracting office located at 3985 Cummings Road Bldg 116, San Diego, CA 92136
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).