Description
The purpose of this requirement is to establish a food service contract primarily for the J. Edgar Hoover (JEH) FBI Headquarters Building, located at 935 Pennsylvania Avenue, N.W., Washington, DC and the National Capital Region (NCR). The JEH existing food service facilities include a large cafeteria food preparation area with dry and cold food storage, a cafeteria food service area with an embedded cafe, a cafeteria patron seating area, a special functions room, and a standalone cafe with a patron seating area centrally located off the street-level interior courtyard. The food services are to be operated for the benefit of approximately 4,000 occupants (Federal Government employees and supporting contractors) of the JEH. The Government shall not be held responsible for any variation from the estimated population figure since the extent of occupancy and cafeteria visitation cannot be guaranteed. Due to security considerations, the building is not open to the public. The dining facilities, and all accessible locations, are limited to authorized visitors. The Government will grant to the Contractor, for the stipulated period subject to the contract requirements and conditions herein, the right to establish, manage, and operate in its own name, a cafeteria at JEH as described herein and in connection therewith to prepare and sell food, beverages, and such other products authorized by the Government. The Government will provide JEH spaces and utilities for consumption as identified in this PWS without rental or lease charge. At the time of the contract's effective date, the Government will provide space for operations under the contract, as indicated and thereafter, such space deemed necessary or desirable. The Government will provide adequate ingress and egress, including a reasonable use of existing elevators, corridors, passageways, driveways, and loading platforms. It will, if necessary, provide space heating, space lighting, ventilation, and utilities. A site-visit will be conducted on Tuesday, May 12th 2026 at 9:30AM EST. Interested parties must submit the following information to the CO/CS No Later Than (NLT) 12:00 PM EST on May 7th, 2026. For the site-visit, there will be a maxiumum of two (2) individuals permitted per company. The following information needs to be submitted per individual: Full Name Company Affiliation Social Security Number Date of Birth Place of Birth Citizenship The Randolph-Sheppard Act applies to this procurement, and priority must therefore be afforded to qualified blind vendors licensed by the DC Rehabilitation Services Administration. Attachments Attachment A: Performance Work Statement (PWS) Attachment B: SF1449 – including FAR and Agency Clauses Attachment C: Menu Pricing Template Attachment D: Wage Determination Attachment E: Customer Satisfaction Questionnaire Proposals shall be submitted via email only by June 8th, 2026 at 12:00 PM EST, attention to CO McKenzie Bucher mpbucher@fbi.gov and CS Tom Teets …
Classification
Place of Performance
Contracting Office
Contacts