Opportunity

SAM #W912JC26000103

Full Food Service Operations for Kansas Regional Training Institute Dining Facility

Buyer

USAR KS ARNG USPFO

Posted

May 13, 2026

Respond By

May 27, 2026

Identifier

W912JC26000103

NAICS

722310

The Kansas Army National Guard is seeking contractors to provide comprehensive dining facility food service operations at the Kansas Regional Training Institute (KSRTI) in Salina, KS. - Government Buyer: - Kansas Army National Guard, Kansas Regional Training Institute (KSRTI) - U.S. Property and Fiscal Office (USPFO), Kansas National Guard, Topeka, KS - OEMs and Vendors: - No specific Original Equipment Manufacturers (OEMs) or named vendors are mentioned; the opportunity is open to qualified food service contractors. - Products/Services Requested: - Full food service operations for the KSRTI Dining Facility, including: - Meal preparation, serving, and cleanup for Soldiers and civilian personnel - Estimated annual meal quantities: - 34,800 meals for schoolhouse training - 35,700 meals for Individual Drill Training (IDT) - 32,500 meals for Annual Training (AT) - 10,000 meals for other military requests (Active Army, Reserves, Marines, Navy) - Contractor must provide all food, personnel, equipment, and cleaning supplies (except government-furnished kitchen equipment and workspace) - Unique or Notable Requirements: - Contractor must comply with Army food programs, sanitation standards, and security protocols - All personnel must have required training certifications - Prime small business contractor must perform at least 50% of the contract cost (excluding materials) with their own employees - Compliance with FAR 52.219-8 and FAR 52.204-26 is required - NAICS code 722310 (Food Service Contractors) with a $47M small business size standard - Place of Performance: - Kansas Regional Training Institute (KSRTI), 2930 Scanlan Ave, Salina, KS 67401 - Contract Structure: - One base year (12 months) with four 12-month option years (up to five years total)

Description

SOURCES SOUGHT Salina Dining Facility Food Services

The U.S. Property and Fiscal Office (USPFO), Kansas National Guard, Topeka, KS, is conducting market research to identify contractors capable of providing non-personal services contract to provide Dining Facility (DFAC) food service operations for the Kansas Regional Training Institute (KSRTI), Salina, KS. This requirement is intended to be full food services dining facility operations. This Facility provides meals for Subsistence-in-Kind (SIK) Soldiers and Non-SIK personnel. Providing quality meals to Soldiers and civilians conducting training activities, attending training courses, visiting various locations of the Kansas National Guard (KSNG) is an important role in meeting KSNG mission requirements.

This is a sources sought announcement issued in accordance with FAR 10. This is NOT a Request for Proposal (RFP), Request for Quote (RFQ), or an Invitation for Bid (IFB). There is no bid package, solicitation, specifications or drawings available with this announcement. It DOES NOT constitute a commitment by the U.S. Government or the State of Kansas. No contract will be awarded from this sources sought notice. Response is strictly voluntary, and no reimbursement will be made for any cost associated with providing information in response to this sources sought or any follow-up information requests. The Government SHALL NOT be liable, or suffer any consequential damages, for any improperly identified information. This is a market survey and notification of intent only. This requirement may be solicited at a future date.

The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, including Large Business and the Small Business Community, to compete and perform Firm Fixed Price Contracts. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The type of solicitation to be issued will depend upon the responses to this synopsis. No site visit or Industry Day has been planned in association to this sources sought.

Requirement Description: Dining Facility (DFAC) Full food service operations for the Kansas Regional Training Institute (KSRTI), Salina, KS. Please see accompanied Performance Work Statement (PWS) for further details about this requirement The North American Industry Classification System (NAICS) code for this requirement is 722310 Food Service Contractors. The small business size standard for this requirement is $47.0 Million. Please provide the following information from your company. Your response shall be limited to ten pages total:

1. Company Information (Identify if using a joint venture or partnering). The following information is required. • Company Name • Mailing Address • Contact Phone Number and E-Mail • Cage Code * • Unique Entity Identification Number (UEI)

2. Capability: Provide your firms capability to perform this requirement. Under Federal Acquisition Regulation (FAR) guidelines, the prime small business contractor must have the capability to perform at least 50% of the cost of the contract, not including the cost of materials, with their own employees for specialized services-type procurement.

3. Capacity: Provide your firm’s capacity to perform this requirement: a. Provide your firm’s capability/availability in performing the required effort, given the current market’s condition and/or availability of equipment, and human resources. b. Identify any workload constraints regarding the work described in this sources sought.

4. Ability to successfully comply with the following provisions: a. FAR 52.219-8 Utilization of Small Business Concerns b. FAR 52.204-26 Covered Telecommunications Equipment or Services – Representation

5. Offeror's type of business and business size. If a small business, Company’s current small business category (Small Business, HUBZone, Service Disabled Veteran Owned, 8(a) and Woman-Owned), as it relates to NAICS Code 722310 or something similar. *If you do not have a CAGE code, and you are interested in pursuing a contract with the Government, please register in the SAM website as soon as possible (register through https://www.sam.gov/SAM/ website). A CAGE code is required prior to the submission of your proposal/bid, but not required for this sources sought. Offeror’s are advised that information provided to the Government in regard to the products or devices proposed will be considered “For Official Use Only (FOUO)” and will not be released to the public or other potential offerors. The Government may retain this information for its records indefinitely.

Sources sought submittals are due NTL 27 May 2026 @ 5pm CST.

Points of contacts: James D Sparkes, Contract Specialist, E-Mail: james.d.sparkes.civ@army.mil or Vernon L. Verschelden Contracting Officer, E-Mail: vernon.l.verschelden.civ@army.mil

View original listing