Amendment #3 has been issued to remove the FAR reference 13.106-2 from the Factor IV-Price Evaluation.
Amendment #2 has been issued to extend the due date to 07 January 2026 at 10:00am ET.
Amendment#1 has been issued to post the Questions and Answers, Statement of Work Revision 1, RFQ Amendment 1 and the Galley photos. See attachments.
This is a COMBINED SYNOPSIS SOLICITATION. The Department of Homeland Security (DHS), United States Coast Guard (USCG), Operational Logistics Command (LOGCOM), Heartland District Office of Procurement and Contracting (LOG-932) located in Norfolk, Virginia has a requirement for the procurement of Full Food Services at USCG Sector Corpus Christi, TX. This solicitation is prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Products and Commercial Services. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06, effective October 1, 2025.
The Coast Guard at Sector Corpus Christi is contracting to provide all food, personnel, management, supervision, materials, supplies, transportation and other items or services (except as stated herein) necessary to provide full food service, in accordance with all terms and conditions in the contract. The contractor shall provide full meal service and meet the nutritional needs of USCG personnel at Sector Corpus Christi. Contractor tasks shall include the following: Dining Facility Management; cooking; food preparation, stocking, serving, and replenishing; cleaning facilities, equipment, and utensils; preparing vegetables and fruits for the salad bar; bussing tables in specified dining areas; performing cashier services; maintaining quality control; and ensuring minor operator maintenance food service equipment. Requirements will also consist of boxed meals for duty personnel ONLY, breakfast and lunch service for consumption by active and reserve personnel to include civilian employees, although other personnel, dependents and guests may dine in the facility at their expense. The contract also includes some special events that are listed later in this SOW.
SITE VISIT: A Site Visit for this requirement is optional and is scheduled for 10 December 2025 at 9:00 AM ET.
Please contact the Contracting Officer Representative (COR) Jeremy Lundberg at Jeremy.L.Lundberg@uscg.mil or (361) 939-0421 to RSVP by 8 December 2025 at 12:00 PM ET. Provide the company’s name, the person/s who will be attending, email/s and phone number/s. The attendees will meet with the COR on the East Door next to the flags. The Government is not responsible for costs associated with the Site Visit.
QUESTIONS: Questions will only be accepted until 12:00 PM ET, 12 December 2025. All questions/concerns regarding this Request for Quote (RFQ) shall be submitted in writing (no telephone calls) via email to the Contract Specialist, Bahar Cabrera at Bahar.Cabrera@uscg.mil and Contracting Officer, Luis Torres, Luis.J.Torres@uscg.mil.
See attached documents for additional information
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 722310 (last 12 months), benchmarked to sector 72.