SOURCES SOUGHT
99 -- Food Services
- Notice Date
- 9/12/2025 9:47:21 AM
- Notice Type
- Sources Sought
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- ACQUISITION & MATERIAL MAN. DIV. Washington DC 20515 USA
- ZIP Code
- 20515
- Solicitation Number
- SOBFOODSERVICES2027
- Response Due
- 10/3/2025 2:00:00 PM
- Archive Date
- 10/18/2025
- Point of Contact
- Moyah W
- E-Mail Address
-
moyah.wilson@aoc.gov
(moyah.wilson@aoc.gov)
- Description
- SEE ATTACHMENTS: This sources sought synopsis is issued solely for information and planning purposes to gain knowledge of potential sources capable of fully satisfying a potential requirement. This is not a solicitation announcement, nor does it promise a solicitation in the future. Quotes are not being requested or accepted at this time, and a contract will not be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. All submissions will become Government property and will not be returned. The government will not provide any feedback or evaluations regarding the information submitted but may reach out to respondents for further information or clarifications. When responding, provide your complete company information and point(s) of contact and your company's socio-economic classification. Prior Government contract work is not required for submitting a response under this sources sought notice. Please review Attachments 1, Abridged Statement of Work and Attachment 2, Drawings. Then respond to the questions in the order they appear below. The AOC is considering grouping as standalone contracts using our attached summary of requirements: Contract 1: Commission plus Incentive Fee Russell Food Service Outlet Contract 2: Commission plus Management Fee Senate Carryout Senate Dining Room The Refectory Dirksen Caf� Dirksen Coffee Shop Catering Vending Contract 3: Commission Plus Incentive Fee Inside Scoop Dirksen Ground Level (former American Grill) Hart Coffee Cart The AOC requests the following information in response to this sources sought notice: a) What is your feedback on the three contract models based on the requirements? b) Would your firm be interested in bidding on the three contract models? Would your firm be interested in bidding on an all units or nothing or specific individual units. If so, which ones? c) The Government will consider utilizing a shared risk model for Contract Models 1 and 3, where the government reimburses the contractor up to break-even, and over break-even, a commission is paid to the government based on a percentage of profit. Would your company submit a proposal with this contract model? d) If a contract with a management fee plus commissions is considered (Contract Model 2), would your company provide a proposal? Do you have feedback on the proposed contract models described in the latter? Based on your review of our requirements, do you have any suggestions for a contract model(s)? e) The building populations during a Congressional year are seasonal and restaurant operations experience the effects. When Senate is in session, the building populations and restaurant operations, nearly exceed capacity. When Senate is out of session, it recedes significantly and is mainly government staff that support the restaurant operations. How would you address the seasonality of the food operation from a staffing, food service, and operating unit basis to balance revenues? f) What technology systems do you use for inventory management, ordering (mobile, kiosk, in person) and reporting, customer facing modules, visibility on operational metrics across all locations? g) We currently use MMHayes Point of Sale system. Do you have experience using this system or similar? h) Would your company be able to operate on the weekend? Would your company be able to operate on the weekend with short suspense? How do we address weekend work to reduce risk to a contractor? i) The AOC is anticipating a 12-year period of performance (POP): 4-year base with two 4-year options. What is your firm�s position on this length of performance? Do you have suggestions for a performance period? j) What is your experience working in a governmental environment? Legislative Branch? k) What is your firm�s position and experience on labor issues, including Collective Bargaining Agreements? l) If you own or operate a franchise and are interested in bidding, please identify the name of the franchise. Also, will you be offering and honoring national promotions? m) What questions or additional suggestions/insights do you have for the Government? Interested contractors shall submit an electronic copy of the requested information via e-mail to the Contracting Officer, Moyah Wilson, at Moyah.Wilson@aoc.gov no later than October 3, 2025, at 5:00 pm EST. Any attempt to hand-deliver or mail a response to any location in the U.S Capitol Complex will be rejected.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/20acbf3110a94374a1525a03b50095e1/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN07589647-F 20250914/250912230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |