Apply here - select RFSOQ 26-17
REQUEST FOR STATEMENT OF QUALIFICATIONS ACKNOWLEDGEMENT FORM RFSOQ #26-17 – FOOD SERVICE CONSULTANT
Date Issued: February 18, 2026
Due Date: March 24, 2026, 3:00 p.m. (EST)
SECTION I – GENERAL INFORMATION
1. Intent: The School Board of Alachua County (hereinafter “SBAC” or “District”), as administering District, and all other members of the North Florida Buying Group (NFBG), are inviting interested individuals/firms (“Respondents” or “Respondent”) to reply to this Request for Statement of Qualifications (RFSOQ). The purpose of this solicitation is to establish a two (02) year contract with a qualified individual/firm for consulting and administrative services in support of the District’s Food and Supply Purchasing contract with HPS and their distributor Gordon Food Service (“Distributor”) and for completion of required contract auditing and performance evaluation as outlined therein, and as indicated by applicable state and federal laws and guidelines.
The NFBG is an informal purchasing consortium comprised of fourteen (14) geographically contiguous Florida K-12 school districts organized to combine the food service requirements of its respective member entities to leverage competitive pricing and obtain value-added services based on a single awarded, consolidated mainline food contract with common product item list. The ability to “piggyback” the Mainline Food contract is restricted solely to NFBG members. Respondents shall interpret any reference to SBAC, District or NFBG herein to mean all districts and district schools within the NFBG, as defined herein.
Respondents are to submit a written reply that presents the Respondent’s qualifications, understanding of the work to perform, and fee schedule. The Respondent’s reply should be prepared simply and economically and should provide all the information pertinent to its qualifications in responding to the scope of services described herein. Emphasis should be placed on completeness of services offered and clarity of content.
SBAC strongly desires to establish a partnership with a highly qualified and experienced individual/firm with a strong record of success in providing professional food service related consulting services in a K-12 education environment. To that end, SBAC reserves the right to make sole and final determination to reject or accept any reply or part thereof that in its judgment will be in the best interest of the District. The award of contract shall be the sole discretion of the District.
February 18, 2026……………………. Issuance of Solicitation
March 3, 2026…………... Last Day for Submittal of Questions
3 pm, March 24, 2026……………Reply Due Date
On or about April 1, 2026…………Contract Award Date
On or about April 1, 2026…..…Commencement of Services
Inquiries and Interpretations: The following individual is the District’s sole point of contact for this solicitation, from the date of release until announcement of contract award. Any inquiries, questions and requests for clarification of the RFSOQ document shall be directed in writing to Lauren Ryan, Purchasing Agent via email (ryanln@gm.sbac.edu).
Such clarification or revision shall be by written addendum and emailed or faxed to all parties recorded by SBAC as having received a copy of the solicitation. SBAC shall not be responsible for any verbal communication between any employee of the District and prospective Respondent. All addenda shall become part of the RFSOQ and any awarded contract, and shall be binding on all.
Award: Award shall be made to the most responsive and responsible Respondent whose reply is determined to be the most advantageous, bringing “best value” to meet the criteria of the School Board of Alachua County, Florida.
Contract Term: The initial contract term shall be approximately two (02) years, beginning on or about April 1, 2026, and ending on March 31, 2028. Thereafter, the District may offer to renew the contract for two (02) additional one (01) year periods under the same terms and conditions as the original contract, with the consent and agreement of both parties.
Contract: Upon notification of selection and offer of contract, the successful Respondent shall be required to enter into a written contract with the District within ten (10) days of said offer. A copy of the District’s standard Professional Service Agreement is attached.
The award letter, this RFSOQ, any Addenda, the successful Respondent’s Proposal, and the Professional Services Agreement shall constitute the complete agreement between the parties.
Annual Budget: Not to exceed $49,500, including transportation and all other direct costs. The District shall not authorize payment for billing exceeding the stated amount.
Contract Management: All day-to-day operational aspects of contract services shall be scheduled, coordinated and managed by one or more designated staff under the authority and direction of the SBAC Food and Nutrition Services Department (hereinafter “Department”). All services shall be subject to periodic review to ensure compliance with contract specifications.
Service Conditions: Respondent shall carefully examine all RFSOQ specifications and become thoroughly informed regarding all conditions and requirements that may affect the work provided under the pending contract. It shall be the sole responsibility of Respondent to make such investigations and inspections as appropriate to fully understand and become familiar with the scope of work required. Failure to make such examinations shall not relieve Respondent of any obligations with respect to RFSOQ and subsequent contract. No deviations or allowances shall be made because of the lack of knowledge of difficulties affecting the work that may not specifically be addressed in the RFSOQ.
Preparation Cost: The District is not liable in any manner or to any extent for any cost or expense incurred by Respondent in the preparation, submission, presentation, or any other action connected with proposing or otherwise responding to this RFSOQ. Such exemption from liability applies whether such costs are incurred directly by the Respondent or indirectly through the Respondent’s agents, employees, assigns or others, whether related or not to the Respondent.
Omissions from the Specifications: The apparent silence of this specification on any details, or omissions from them of a detailed description, concerning any point, shall be regarded as meaning that only the best practices are to prevail, and all specified services are performed in a professional, efficient and timely manner in compliance with the RFSOQ requirements. All interpretations of this contract shall be made upon the basis of this statement.
Changes by District: Both temporary and extended changes in the work requirements may occur over the life of the contract. In the event that the District requires work not mentioned, indicated or specified herein, the successful Respondent shall, if directed by District, perform said work based on the established contract hourly rate, less any additional discount offered by Respondent. Respondent shall not unilaterally modify the terms and conditions of contract by affixing additional provisions based on any changes of work scope.
Audit and Inspection of Records: Successful Respondent shall permit authorized representatives of the District to inspect and audit all data and records of the Respondent relating to its performance from the date of commencement of the contract through and until the expiration of three years after completion of the Contract.
Approval by District: The District shall have the full power to reject any work not conforming to the terms and conditions set forth in the contract documents.
Minimum Respondent Qualifications:
To ensure both the quality and credibility of work, it shall be required that Respondent be actively engaged in providing the specified services for a minimum of three (03) consecutive years. Demonstration of past successful experience with K-12 school districts within the State of Florida, similar in size and scope of this RFSOQ, is preferred. Work experience shall be verifiable. Negative references, in the opinion of SBAC, may be cause for disqualification of Respondent.
For consideration of award, Respondent shall possess the following special knowledge, skills and abilities:
Knowledge of K-12 school food procurement;
Knowledge of Federal, State, and School Board procurement regulations and rules;
Knowledge of the Federal Healthy Hunger Free Kids Act (HHFKA), and other related guidance;
Familiarity with best practices in school nutrition policy;
Familiarity with nutrition information related to products, HHFKA, and other related guidance;
Demonstrated experience working with K-12 school food service directors;
Demonstrated experience with menu costing and menu planning;
Familiarity with school cafeterias principles and other best practices in improving the school meal environment and usage;
Skills in data collection and analysis, bid development, and budgeting.
Payment for Work: Consultant shall submit via email monthly detailed invoices based on services completed in accordance with “Scope of Work”. All invoices must be accompanied by progress reports and backup documentation. Unless otherwise directed, Respondent shall send invoices to foodserviceinvoices@gm.sbac.edu.
Payment: The District shall make payment after successful completion of services and receipt of a properly billed invoice. The District shall not pay invoices in advance of service (prepay).
Insurance: See Article 12 of the attached Professional Services Agreement
Prohibition of Gratuities: By submission of a quote, Respondent certifies that no employee of SFA has or shall benefit financially or materially from such bid or subsequent contract. Any contract issued as a result of this RFSOQ may be terminated at such time as it is determined that gratuities of any kind were either offered or received by any of the aforementioned persons.
Return of Discounts, Rebates and Credits: The RFSOQ and the pending contract shall comply with 7 CFR Parts 210, titled "National School Lunch Program," 215, titled "Special Milk Program for Children," and 220, titled "School Breakfast Program," that, in part, require the successful Respondent to provide documentation to SBAC of any discounts, rebates and other applicable credits, including but not limited to, price reductions due to product promotions, volume purchasing, on-line ordering or other electronic ordering systems, and prompt payments or advance payments, all of which have the result of lowering the price of the commodities purchased by SBAC. All such price reductions shall be passed on to Food and Nutrition Services Department and placed in their account by successful Respondent quarterly, or more frequently as may be required by FNS.
Allow for Audit of Records: A provision to allow for the audit, examination, except and transcription of records that are pertinent to the contract by the USDA, the Comptroller of the United State, TDA, and their authorized representatives.
Breach of Contract: Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate.
Administrative, Contractual or Legal Remedies: If the contractor fails to perform to the SFA’s satisfaction any material requirement of the contract or is in violation of a material provision of the contract, the SFA shall provide written notice to the contractor requesting that the breach or noncompliance be remedied within a set time frame outlined in the contract. Such provisions protect the sponsor’s interests and ensure the contractor is fully aware of its responsibilities, as well as the remedies that will be available to the sponsor for nonperformance. “Nonperformance” by a contractor is any failure to follow the terms of the contract, whether related to the quality of food provided, the number of meals delivered, the time of meal delivery, or other contract provisions.
Federal Regulations: It is understood that Federal funding may be used to make purchases under this contract. Bidder certifies, by signing and submission of Bid, that all applicable Federal regulations shall be complied with including, but not limited to:
Copeland “Anti-Kickback” Act (34 CFR 80.36(i)(4)): Bidder shall comply with the Copeland “Anti-Kickback” Act (18 U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR part 3;
Title VI of the Civil Rights Act of 1964;
Equal Employment Opportunity (34 CFR 80.36(i)(3)): Bidder shall comply with Executive Order 11246, entitled “Equal Employment Opportunity”, as amended by
Executive Orders 11375 and as supplemented by Department of Labor regulations (41 CFR Part 60);
Records Retention (34 CFR 80.36(i)(11)): Bidder must retain all records pertaining to this contract for five years after the District make final payment and all other pending matters are closed;
Clean Air Act (34 CFR 80.36(i)(13)): Bidder shall comply with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), Section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR Part 15);
Energy Efficiency (34 CFR 80.36(i)(13)): Bidder shall comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with Energy Policy and Conservation Act (Pub. L. 94-163; 89 Stat. 871).
Civil Rights Statement: The Offeror hereby agrees that it will comply with:
i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d et seq.); ii. Title IX of the Education Amendments of 1972 (20 U.S.C. 1681 et
seq.);
iii. Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. 794); iv. Age Discrimination Act of 1975 (42 U.S.C. 6101 et seq.);
v. Title II and Title III of the Americans with Disabilities Act (ADA) of 1990 as amended by the ADA Amendment Act of 2008 (42 U.S.C.
12131-12189); vi. Executive Order 13166, “Improving Access to Services for Persons with Limited English Proficiency.” (August 11, 2000);
vii. All provisions required by the implementing regulations of the
Department of Agriculture (USDA) (7 CFR Part 15 et seq.); viii. Department of Justice Enforcement Guidelines (28 CFR Parts 35, 42 and 50.3);
Food and Nutrition Service (FNS) directives and guidelines to the effect that, no person shall, on the grounds of race, color, national origin, sex, age, or disability, be denied the benefits of, or otherwise be subject to the discrimination under any program or activity for which the Program applicant receives Federal financial assistance from USDA; and herby gives assurance that it will immediately take measures necessary to effectuate this Agreement.
The USDA non-discrimination statement that: In accordance with Federal civil rights law and U.S. Department of Agriculture (USDA) civil rights regulations and policies, the USDA, its Agencies, offices, and employees, and institutions participating in or administering USDA programs are prohibited from discriminating based on race, color, national origin, religion, sex, gender identity (including gender expression), sexual orientation, disability, age, marital status, family/parental status, income derived from a public assistance program, political beliefs, or reprisal or retaliation for prior civil rights activity, in any program or activity conducted or funded by USDA (not all bases apply to all programs).
The selected Respondent shall provide consulting and support services to NFBG members in association with the District’s Mainline Food contract.
At minimum, the scope of work shall include the following:
Provide technical assistance, define and disseminate information relating to the contract to all NFBG members;
Work cooperatively with the NFBG and Distributor on an annual basis in identifying and consolidating contract items;
Ensure that each NFBG member signs the District Responsibility Form on an annual basis;
Assist any new Food Service Directors with NFBG governing rules and procedures;
Schedule, coordinate and communicate the purpose and dates of all meetings with NFBG members. Schedule and coordinate vendor participation in meetings, if required;
Serve as a liaison between NFBG and Distributor, and other entities;
Demonstrate proficiency in and current knowledge of Federal and State procurement rules and regulations;
Administer, coordinate and oversee all activities involved in the new process including collecting product nutrition information and cost per serving data. Complete the Distributor’s
“New Item Form”, and communicate item approval via email to all NFBG members;
Work cooperatively with NFBG members, Distributor, and vendors during the evaluation/approval process in obtaining new products and adding products to the contract;
Establish written product standards as a guide for approval of products specifically including nutrition, pricing, country of origin, etc.;
Ensure that all vendor proposed items meet the established product standards;
At vendor meetings, verify that there is sufficient NFBG member interest in any proposed new items prior to product testing to ensure adherence to contract minimum order requirements;
Establish procedures as a follow-up to product testing to confirm estimated product usage with NFBG members to ensure adherence to minimum order requirements;
Establish a process for ensuring that Distributor will not need to discontinue any products approved by NFBG due to low usage. Periodically monitor product usage;
Facilitate menu uniformity of NFBG members as a measure to maintain sufficient Distributor product inventory levels;
Review the commodity processing procedure for determining manufacture acceptability;
Assist the NFBG on comparing commodity processed products to purchased products;
Ensure that Distributor is ordering product according to the direction of NFBG; review long inventory;
Assist the NFBG with common menu items, including the development of the Farm to
School program;
Work cooperatively with the Distributor on the required Cost Management Reports (CMR) including reviewing product list, and providing specifications and approved alternates to
Distributor;
Assist the NFBG during the Bid solicitation process including specification development and product testing. Ensure that there is a standard for the specifications and that they are consistent. Establish a standard format to follow;
Perform other related duties as directed by the NFBG.
Successful Respondent shall be required to attend approximately 5-6 meetings per year at the SBAC Food and Nutrition Services Department facility. The District estimates that Consultant’s work shall require no more than 12 hours of work per week, except meeting weeks.
Please note that the NFBG often uses webinar conference calls as a means of communication. For conference calls involving participation of the mainline distributor, the distributor is responsible for sending out the call-in information. For conference calls without the distributor, NFBG (SBAC) currently uses a variety of telecon/videocon applications, including UberConference, Zoom, and Google Meets and sends out the call-in information to all participants.
The selected Respondent shall provide consulting and support services to the NFBG in accordance with District’s Mainline Food Contract, generally consisting of price review, audit, and Consultant performance evaluation.
At minimum, the scope of work shall include the following:
Review product pricing per Cost Management Report (CMR).
Assist NFBG to expedite review/evaluate product pricing included on six-month cost management report within agreed upon timelines to accept or reject prices not extended.
Make recommendations to NFBG based on current market trends as posted in USDA and/or other industry pricing (trend/forecast) reports.
Review vendor pricing back-up data that supports the annual CMR.
Provide summary and recommendations report within timelines indicated.
Meet with NFBG members to present and discuss recommendations.
Compare current product pricing with other district purchasing groups as appropriate and as information is made available.
Review Manufacturer Product contract pricing, invoicing, and voucher payment documents.
Track applicable manufacturer product rebates, discounts, and allowances to ensure that allocable manufacturer credits are passed on to the NFBG.
Using audit sample provided by NFBG, review manufacturer pricing and invoicing documents for completeness and accuracy.
Conduct onsite review in accordance with NFBG criteria audit procedures.
Provide written report of findings and recommendations within timelines indicated. Meet with NFBG members as appropriate to discuss report findings/recommendations.
Performance Issues (performed on written request of SBAC, in accordance with established hourly contract fee).
Cost containment.
Compliance issues.
Delivery services.
Administration of Mainline Food Contract/RFP (performed on written request of SBAC, in accordance with established hourly contract fee).
Recommendations to consolidate/eliminate product contract line items;
Recommendations to evaluate other areas of contract package as appropriate;
Recommendations for general contract guidance as appropriate.
Recommendations based on established benchmarks that would provide additional comparative analysis particularly in the area of containing or reducing food costs.
Recommendations concerning logistical issues and cost benefit analysis such as District Warehouse delivery of USDA Commodities/Commodity Processed items vs. contracted school site delivery.
Schedule:
The performance period of contract shall be on or about February 01, 2026 through January 31, 2028. The selected Respondent shall complete work in accordance with the following schedule, unless otherwise agreed by the District.
July/ December Report: Review of manufacturer pricing and Contractor (awarded distributor) invoicing documents and the Contractor’s six-month Cost Management Report (CMR) as outlined in Parts A & B, Scope of Work. Selected Respondent shall complete services by no later than April 1, 2026 and April 1, 2027.
January/ June Report: Review of Manufacturer pricing and Contractor’s six- month Cost
Management Report (CMR) as detailed in Parts A & B, Scope of Work. Selected Respondent shall complete services by no later than December 15, 2026 and December 15, 2027.
All services provided to the School Board of Alachua County (SBAC), Food and Nutrition Services Department related to procurement compliance may also be available to current North Florida Buying Group (NFBG), member districts / SFAs.
Processes and procedures may be updated as needed to achieve and maintain
United States Department of Agriculture (USDA), Florida Department of Agriculture and Consumer Services (FDACS), and possible local guidance.
Services may be revised with the agreement of the SBAC and / or the NFBG Executive Committee (when appropriate) and the consultant.
Work under the direction of the SBAC purchasing department and the Food and Nutrition Services Director to provide:
Current and proposed information on procurement related guidance. o Review and suggestions for current food and supply related contracts. o Review and suggestions for proposed food and supply related contracts. o Review and suggestions for updates for policies and procedures, addendums, etc. for SBAC and NFBG members to achieve and maintain all current procurement related guidance.
Provide information, documentation, responses to questions, etc. as needed to facilitate all procurement related procedures to SBAC and NFBG members.
Work with the mainline contract distributor’s assigned specialist to complete the following:
Research and prepare all product specifications and collect all distributor required information to obtain hundreds of quality products at competitive prices meeting the SBAC’s and NFBG’s needs.
Provide useful product information, i.e., is or not Smart Snack compliant or product specification files, for the awarded product spreadsheets.
Complete all documentation to comply with current Buy American guidance.
Complete all current processes to adjust and update the awarded products due to:
Members’ requests for additional products.
Discontinued products.
Price changes accepted at contract-stated intervals o Assist the distributor with product recalls, issues, shortages, as needed.
Conduct one (1) complete awarded product audit for the mainline product distributor annually.
Provide information to SBAC and NFBG members on an as needed basis to facilitate procurement guidance.
Work with the NFBG Executive Committee under the direction of SBAC to complete assignments, update information, add or update procedures:
To facilitate procurement processes in compliance with all current guidance.
Work within the interests of the NFBG members to enhance the quality of their child nutrition programs
Work with the product manufacturers and brokers to provide information on procurement topics including:
Policies and procedures for working with SBAC and NFBG members.
Conducting remote or live meetings for members and or the vendor community as needed.
Evaluate the attributes for all submissions and nutritional information for food and beverage products submitted for consideration as potential new products for price solicitations.
The Respondent shall submit the following information as their Statement of Qualifications: A. Statement of Interest/Approach
Submit a 1-2-page cover letter summarizing Respondent’s overall capabilities and approaches for accomplishing the services specified herein, including:
Brief synopsis of the Respondent’s understanding of scope of work, and statement of willingness to provide the services described therein;
Brief description of the Respondent’s expertise, experience, and length of time in providing the services described herein;
An explanation of what makes the Respondent an exceptional candidate to perform the work.
State the location, address, and telephone number of Respondent’s business office.
The Respondent shall sign and date letter.
Provide a narrative description of the Respondent’s qualifications, demonstrated capability, expertise, and experience in accomplishing the scope of services described herein;
Provide a resume of individual that will be performing services including educational background, work experience, certifications, and any other information describing the individual’s qualifications;
Provide three (03) references that can attest to Respondent’s experience, as described. The references should be from persons with knowledge of Respondent, and who have experience and responsibilities in K12 school food service operations, preferably a Food Service Director employed by a Florida school district. Include the organization name, contact person, phone number, email address, and description of services provided. The District may contact references listed by Respondent;
Provide any information or examples that will further demonstrate Respondent’s qualifications and experience.
Describe Respondent’s understanding of the scope of work described herein;
Describe in detail the services that will be provided by Respondent in accomplishing the scope of work;
Identify and discuss any of the services, or method of approach to the services
which Respondent believes to be either unique or outstanding;
Describe the Respondent’s performance capacity, including current and projected workload and resources, and any situation that may potentially interfere with the successful performance of work if awarded contract;
Detail how you intend to fulfill the audit timelines;
Provide a sample audit report;
Describe any additional services offered by Respondent that may add value to the contract.
Propose a single hourly fee (fully loaded – overhead, general and administrative, and profit) required for the successful completion of each task contained in Scope of Work.
Travel mileage paid at the School Board approved rate of $0.445/mile.
The District shall not pay a “Per Diem” for any travel related expenses.
The proposed fixed fees shall remain unchanged for the duration of the contract.
The District estimates that Consultant’s services shall require no more than twelve
(12) hours per week, with the exception of NFBG meeting weeks.
Provide additional information about the Respondent as it may relate to the reply. Include any other data that may assist the District in understanding Respondent’s qualifications and expertise.
The District shall consider all replies received that comply with the submittal requirements.
All replies shall be reviewed and evaluated by the Food and Nutritional Services Department using a ranking point system applied to a set of weighted evaluation criteria. Listed below is a brief explanation of each evaluation criteria and corresponding points. A maximum total of 1,000 points are possible in scoring each reply.
The District shall make award to the Respondent, whose reply, conforming to this RFSOQ, is most advantageous to SBAC, price and other factors specified herein considered.
# | Description | Points | |
1 . | Responsiveness to Reply Reply must be responsive to all material requirements that will enable the evaluation committee to evaluate replies in accordance with the established criteria. | Pass/Fail
| |
2 . | Professional Capacity Basis of Evaluation: The demonstrated capabilities of Respondent in providing the services as described in RFSOQ. | 300 | |
3 . | Breadth of Experience Basis of Evaluation: Experience and past successful performance in providing the services similar in size and scope of the RFSOQ. | 250 | |
4 . |
Proposed Service Offering Basis of Evaluation: The sufficiency, completeness, and acceptability of proposed services, their compliance with RFSOQ specifications, and extent to which the services meet the needs of the District. | 300 | |
5 . | Cost Proposal Basis of Evaluation: The proposed hourly fee. | 150 | |
Total Award Points | 1,000 | ||
During the evaluation process, the committee may request Respondent to provide further clarification of reply, and contact one or more of listed references for information regarding Respondent’s past performance, reliability and integrity.
The evaluation committee further reserves the right to interview any, all, or none of the Respondents and to require formal presentations prior to recommendation of contract award. It is the sole responsibility of Respondent to demonstrate to the District that he/she has the skill and experience, necessary facilities, and financial resources to perform the contract in a satisfactory manner within the required time, to the complete satisfaction of the District.
Right to Negotiate: The District may negotiate further terms and conditions, including price, within the confines of this RFSOQ, with the highest ranked Respondent. The District reserves the right to terminate negotiations at its discretion with any Respondent, to award to other than the highest ranked Respondent (assuming unsuccessful negotiations with that Respondent), or not to make contract award.
Apply here - select RFSOQ 26-17
Job Type : Full-Time