Location
Type
Municipality Type
NAICS
Organization:
South Bend Community School Corporation
Location:
Indiana
Published:
04/17/2026 05:45 PM
Closes:
04/22/2026 06:00 PM
South Bend Community School Corporation
Request for Proposal
Contract for
Food Service Consulting and Purchasing
By
South Bend Community School Corporation
FOOD & NUTRITION SERVICE
Address all proposals to:
Mr. James Lutaaya
Director of Food and Nutrition Services
South Bend Community School Corporation
737 Beale Street
South Bend, IN, 46616-1804
574-393-6060
Attn: Mr. James Lutaaya
Table of Contents
Notice of Request for Proposals
Section I - Overview of District and Purpose
Section II - General Information and Instructions
Section III - Schedule of Events
Section IV - Scope of Work
Section V - Submissions Requirements
Section VI - Evaluation of Proposals
Section VI - Attachments
Notice of Request for Proposals
Food Services Consulting and Purchasing
Notice is hereby given that the School Board of the South Bend Community School Corporation (hereinafter referred to as SBCSC) is requesting proposals for a food service consulting and purchasing company (hereinafter referred to as Respondent[s]) to assist with the SBCSC’s food service program. Respondents should not construe from this legal notice that the SBCSC intends to enter into a fixed price contract with the Respondent unless, in the opinion of the SBCSC, it is in the best interest of the SBCSC to do so. The SBCSC reserves the right to negotiate final contractual terms with the successful Respondent.
To request the RFP documents by e-mail, please contact Mr. James Lutaaya at South Bend Community School Corporation
e-mail: jlutaaya@sbcsc.k12.in.us
The SBCSC will record and provide answers to any questions or requests for clarifying information about the RFP during the question and answer period. Respondents must submit written proposals in a sealed package labeled
“Proposal - Food Service Consulting and Purchasing Company” Addressed to the SBCSC at:
South Bend Community School Corporation
737 Beale Street
South Bend, IN, 46616-1804
574-393-6060
Attn: Mr. James Lutaaya
Director, Food and Nutrition Services
The SBCSC will accept all proposals received on or before April 22, 2026, at 2:00 pm ET. The SBCSC will not accept proposals that are received after the deadline.
The SBCSC reserves the right to make changes to any part or terms of the proposal. It may also reject any or all proposals, and waive any errors or corrections in the proposal or in the proposal process. The SBCSC will award the contract based on a review and analysis of the proposals that determines which proposal best meets the needs of the SBCSC. Following the review and analysis of all responsive proposals, the SBCSC will make a recommendation to their School Board at its regularly scheduled meeting.
I. Overview/Purpose
The purpose of this Request for Proposal (RFP) is to enter into a cost-plus fixed fee contract with a Food Service and Procurement Consultant (Contractor) that will provide South Bend Community School Corporation (SBCSC) with consulting and procurement services for the food service operation. The Contractor will be required to provide full transparency and District audit/approval of all reimbursable costs.
The RFP is for a one year contract (1 year) and may be renewable for the second year subject to Board approval.
The district has preparation kitchens servicing 27 campuses with an approximate enrollment of 13,580 students. The district offers breakfast and lunch to all students and supper for the after-school participants.
The SBCSC’s food service goals are to provide nutritious, high-quality meals to students across the district.
General food service goals are to:
a. Provide an appealing and nutritionally sound program for students as economically as possible.
b. Stimulate both student and adult participation in the program through improved relations with students, staff, and the community by creating awareness of the direct correlation between adequate nutrition for students and their ability to learn.
c. Increase participation at all levels of the food service program by improving meal quality, scratch cooking, seeking student and parent input, offering menu variations.
d. Maintain reasonable prices for adults participating in the food service program.
e. Maintain student enthusiasm and staff morale at a high level.
The district shall conduct all procurement transactions in a manner that provides maximum open and free competition consistent with Title 2, Code of Federal Regulations (2 CFR), Part 200.319(a)(1-7). The District must share with every Respondent all information necessary for submitting a competitive proposal. The release of this RFP, evaluation of Respondents, and award of a contract will use competitive bidding standards established in all applicable Indiana State and Federal statutes and regulations.
II. General Information and Instructions
A. Submittal of Proposals
Respondents are responsible for the costs of developing proposals and shall not charge the District for any preparation costs. Prepare proposals simply and economically. Provide a straightforward, concise description of the Respondent’s capability to satisfy the District’s requirements. Emphasis should be placed on completeness and clarity of content.
Carefully read the entire RFP, attachments, exhibits, addenda, and District responses to questions before submitting a proposal.
Proposals should be reviewed for accuracy before submission to the District, as they may not be adjusted after submission to the District. The District will not be responsible for errors or omissions of content.
The District reserves the right to reject any and all proposals and to waive any irregularities or informalities in the proposals received. The District may not consider any deviation from these specifications and may reject such proposals.
The District will not consider late proposals under any circumstances. Any proposal received after 2:00 p.m. ET, on April 22, 2026 shall be refused. It is the Respondent’s responsibility to ensure timely and accurate delivery of the proposal to the correct specified location.
B. Withdrawal of Proposals
Proposals may be withdrawn, either personally or by written or emailed request, received by Mr. James Lutaaya at any time prior to 2:00 p.m. ET, on April 22, 2026.
No Respondent may withdraw its proposal for a period of 15 days after the date set for receipt of proposals. The district will act to accept or reject the proposal within that period of time.
C. Protest Procedures
The following instructions must be followed by a Respondent who wishes to challenge the District’s selection and award of any contract pursuant to this Request for Proposal (RFP):
A. Any protest must be submitted in writing to Mr. James Lutaaya, Food and Nutrition Services Department, South Bend Community School Corporation, 737 Beale Street, South Bend, IN, 46616 within five working days of the bid award date.
B. Only vendors who submitted a proposal in response to this RFP may file a protest. C. Protests must contain the following specific information:
a. Protestors, name, address, telephone number and email address
b. Date of which protestors response was submitted to the District
c. Protestors specific, detailed basis for the protest, which must be supported by facts,
documentation, legal authorities and argument in support of the ground for the bid protest. All factual contentions must be supported by competent, admissible and credible evidence. Protests based on hearsay, feelings or opinions not supported by facts, will be deemed invalid.
D. The District will review and evaluate the protest for validity, including, if required review by outside counsel. The District and/or counsel will provide a response within ten (10) days of review of the protest letter.
E. If upon review, the proposal protest is found to be frivolous or lacking validity, the protest will be rejected and the protesting party may be deemed ineligible to participate in future District bidding or contracts.
F. The District reserves the right to reject any or all bids, including without limitation the right to reject any or all non-conforming, non-responsive or conditional bids, to re-bid, and to reject the bid of any bidder if the District believes that it would not be in the best interest of the District to make an award to that bidder.
D. Contact/Questions
Respondents may NOT make personal contact with members of the Board of Trustees, District Administration or District employees during the open RFP period. If you have questions regarding this RFP, please submit them by email to jlutaaya@sbcsc.k12.in.us no later than April 10, 2026. Responses will be provided as soon as possible, but no later than April 17, 2026. Questions will be recorded and the answers provided to all Respondents via written addendum and posted on the district’s website. Respondents shall be responsible for monitoring the website to obtain information regarding any revisions for this solicitation.
E. Management Goals
The district expects to fully leverage purchasing power to maximize the quality of meals offered and to provide a professional environment where compliance and quality control are monitored with a high degree of accountability.
F. Rights of the District
The District reserves the right to negotiate or incorporate final terms and conditions of the contract, which may differ from those contained in the proposal, provided the District considers such negotiation to be in its best interest.
G. Proposals in response to this RFP
Proposals in response to this RFP will be used as the foundation for the development of a final agreement with specific provisions subject to review, negotiation, and approval of the South Bend Community School Corporation Board of Trustees. The District reserves the right to incorporate terms and conditions it determines to be proper or necessary into any contract negotiated as a result of a proposal submitted in response to this RFP.
H. Evaluation Period
The proposal evaluation period is April 23, 2026- April 30, 2026
I. Addendum
The District may modify the RFP prior to the deadline date given for submission of proposals by posting an addendum. A signed acknowledgement of all addendums become part of the RFP and must be submitted with the RFP response. Addendums will be posted on the district’s website. Respondents shall be responsible for monitoring the website to obtain information regarding any revisions for this solicitation.
J. Award of Contract – Determining The Successful Firm
In addition to evaluating the submission, score from the Evaluation of Proposal in Section VI, strength of the proposed solution to meet the requirements as laid out on the RFP, the district will evaluate the following:
A. Firm stability and available resources
B. The final evaluation process will include obtaining references as a means of verifying that the firm meets these qualifications.
C. Selection will be made based on an evaluation of all the information supplied.
D. To respond to this RFP, the interested Respondent must present evidence of experience, ability, and financial standings necessary to meet the requirements stated in this RFP. The District will measure this evidence by scoring the proposals, using a point system that will rank each proposal from highest to lowest, to determine which proposals they will consider for the award of a contract.
E. Any resulting contract is subject to Board approval and not effective until approved.
K. Additional Charges
Additional charges for regular or express delivery, parcel post, packing, cartage, insurance, license fees, permits, or for any other purpose shall be included (and separately identified) in the proposal.
L. Payments Terms
South Bend Community School Corporation payment terms are Net 30 days. If different terms are proposed, the Respondent shall provide the terms within their proposal.
M. Signatures
An authorized officer or representative of the firm must sign proposals and all forms that require a signature from an authorized representative.
N. Food Service Operation Inspection
District representatives reserve the right to inspect a Respondent’s other food service operations prior to any award of a contract.
III. Schedule of Events for RFP 2026
Release of RFP March 24, 2026
First Public Notice March 26, and March 27, 2026
Second Public Notice April 2, and April 3, 2026
RFP Question Submission Deadline April 10, 2026
Response to Question Submissions April 17, 2026
Deadline for Submission April 22, 2026 at 2: 00pm ET.
Evaluation of Proposals (April 23, 2026 - April 30, 2026)
Board Agenda Planning May 5, 2026
Intent to Award May 8, 2026
Board Approval Date May 11, 2026
Anticipated Contract Start Date: July 1, 2026
South Bend Community School Corporation (SBCSC) will make every effort to adhere to the schedule. However, SBCSC reserves the right to amend the schedule, as necessary, and will post a notice of said amendment on the SBCSC’s Webpage at https://www.sb.school/
School District
722310
Food Service Contractors (Cafeteria Operations)Organization:
Putnam Valley Central School District
Location:
New York
Published:
04/15/2026 01:00 PM
Closes:
04/29/2026 07:00 PM
PUTNAM VALLEY CSD
Effective July 1, 2026
The Putnam Valley Central School District (the “District”) invites qualified and experienced law firms to submit proposals to provide comprehensive legal services to the District and its Board of Education.
The purpose of this Request for Proposal (RFP) is to identify and retain a law firm with demonstrated expertise in education law to serve as general counsel to the Board of Education and the District for the period commencing July 1, 2026, through June 30, 2027.
In addition to general legal services, the District seeks a firm capable of serving as legal counsel and, at the District’s discretion, as chief negotiator in connection with collective bargaining negotiations. These services will involve representation of the Board of Education in negotiations with the District’s four employee bargaining units during the contract period.
The District anticipates awarding a contract for a term of up to five (5) years, beginning July 1, 2026. The agreement will be subject to:
Either party may terminate the agreement by providing written notice to the other party no later than January 15 of the year in which termination is to take effect.
The Putnam Valley Central School District is a public school district serving a diverse student population and is committed to academic excellence and student success.
Key District data for the 2025–2026 school year include:
The District contracts with external providers for certain operational services, including:
School District
541199
All Other Legal Services541110
Offices of LawyersOrganization:
Tuckahoe Union Free School District
Location:
New York,New York
Published:
04/13/2026 12:00 PM
Closes:
04/24/2026 06:00 PM
The Tuckahoe Union Free School District, nestled in the heart of Westchester County, offers a unique and close-knit educational environment for its approximately 1,050 students. The district is operates two buildings located just one block apart on the same street, fostering a strong sense of community and continuity. William E. Cottle Elementary School serves students from Pre-K through 5th grade, providing a foundational start, while the Tuckahoe Middle/High School building houses grades 6 through 12. This geographical proximity allows for a seamless transition as students grow, ensuring that every child is supported by a familiar and dedicated network of educators and neighbors throughout their academic journey.
School District
621399
Other Miscellaneous Health Practitioners611710
Educational Support Services621340
Physical, Occupational & Speech Therapy Services621610
Home Health Care Services (Nursing)Organization:
Town of Niskayuna
Location:
New York
Published:
04/06/2026 04:00 PM
Closes:
04/24/2026 06:30 PM
Niskayuna is a charming town located in Schenectady County, New York. Nestled in the Capital Region of the state, with a population of around 23,000 residents.
The Town has a pool located at a Community Center facility on Aqueduct Road. The pool admits Town residents with season passes and daily access. The pool operates from 7:30 am (for swim lessons and Town swim team) through 7pm or later dependent upon swim team meets/events. The concession area has typically operated for open swim from 12pm -7pm.
Town
722310
Food Service Contractors (Cafeteria Operations)Organization:
Briarcliff Manor UFSD
Location:
New York
Published:
03/30/2026 01:00 PM
Closes:
04/20/2026 07:00 PM
The Briarcliff Manor Union Free School District (“the District”) is seeking proposals from qualified agencies to administer the District’s Full Day Universal Pre‐Kindergarten Program (“UPK”). The District is seeking an agency to provide one or a combination of:
We anticipate up to 68 spots available but require at least one class of up to 18 students. The reimbursement rate per child is $5,400 (Program must run 5 hours per day, 5 days per week for a minimum of180 days per year), however, should the reimbursement rate increase as per the New York State Executive Budget proposal, the reimbursement rate per student shall be negotiated between the parties. The contract(s) resulting from this solicitation will be for a term of up to one year. The contract, once awarded, shall be in effect from July 1, 2026 through June 30, 2027, with an option to renew for four additional one-year periods, at the discretion of the District, under the same terms and conditions as mutually agreed by District and the awarded firm.
Proposals will be accepted up until 3:00 PM on April 20th, 2026 via the BidLogiQ. The proposer has sole responsibility for having his/her/its proposal submitted on time.
Because the UPK program will be completely funded by the state, a price entry is not required and thus should be entered as "$0" when responding to the pricing module in BidLogiQ.
All questions should be asked via the RFI module in BidLogiQ by 3:00 pm on April 15th, 2026. The District reserves the right to amend the RFP based on questions and issues raised at any time prior to the RFP submission deadline.
Failure of any Proposer to received any addendum or interpretation issued shall not relieve any Proposer from any obligations under his/her Proposal submitted. Only questions answered by form written Addenda and/or RFI response will be binding.
Information obtained from any source other than the BidLogiQ is not official and may be inaccurate.
The Briarcliff Manor Union Free School District Board of Education intends to award a contract(s) in its best interest and reserves the right to reject any or all proposals received as a result of this RFP, to negotiate with all qualified proposers, or to cancel this RFP in part or in its entirety, if it is in the best interest of the Briarcliff Manor Union Free School District to do so. No proposer shall have any legal, equitable or contractual rights of any kind arising out of its submission of a proposal except as and to the extent that the Briarcliff Manor Union Free School District, in its sole discretion, shall enter into a contract with the proposer(s) that it selects as the successful proposer(s). This Request for Proposals (“RFP”) does not commit the District to award a contract or pay any cost incurred in the preparation of a proposal in response to this RFP.
Please read the attached material carefully before submitting your proposal. Incomplete proposals may not be considered.
Applicable laws and regulations for Universal Pre-Kindergarten Programs listed at http://www.nysed.gov/early-learning/laws-and-regulations
Available New York State Education Department (‘NYSED”) Field Memoranda and Guidance Documents concerning early learning available at: http://www.nysed.gov/early-learning/field-memos-and-guidance-pertaining-early-learning
Staff qualifications for Universal Pre-Kindergarten Programs (see 8 N.Y.C.R.R. § 151-1.3). Additional information is available through the NYSED “Frequently Asked Questions” link below: http://www.p12.nysed.gov/upk/faq.html
To be considered, your Community-Based Early Childhood Center must:
Complete the proposal, including required documents by April 30, 2023 at 3:00 pm. All sections and questions must be answered. Proposers that do not answer all sections and questions will not be reviewed. Each proposal will be reviewed by district staff members to determine the proposer’s ability to provide a high-quality, full-day learning experience for four- year-olds.
• Host a site visit as part of the proposal review process.
“Eligible child” shall mean a child who is a resident of Briarcliff Manor Union Free School and who is four years of age on or before December 1st of the program year in which he or she is enrolled.Minimum Qualifications: Prior Experience
Option 1: Proposers must be able to demonstrate a minimum of 12 months experience in providing services to children at any point in their early development (ages birth-age 8) prior to submission of this proposal as one of these types of providers:
Child Care Center (including Head Start/Early Head Start)
Group Family Child Care
Nursery School
Preschool Special Education
Article 43 School–Based Preschool Child Care Programs (includes private schools)
Management Organization or Community-Based Organization affiliated with a charter school
Provider of other educational services to children up to age 8 (e.g., after-school tutoring services)
Option 2: In lieu of the organization having 12 months experience, the educational director who will be on site must hold NYSED teacher certification in early childhood or childhood education, and have at least 24 months experience as a teacher, educational director or principal at a public or private school, within the past 36 months.
Before awarding a contract to a qualified proposer, the District will conduct an on-site evaluation of the site and facility of the proposer(s) should an on site option be selected. A proposer who does not currently have an operating facility must provide a site that can be visited as part of a site visit as evidence of his/her potential to lead a high-quality UPK program. The proposer must be able to provide access to the proposed site for the District’s representatives conducting the site visit. In determining which proposal(s) are in the best interest of the District, the District will consider the following:
the proposer’s capacity to effectively, efficiently and immediately provide needed services;
the ease of utilization and accessibility of the program to parents and/or guardians;
capacity to provide ongoing staff development;
staffing patterns and qualifications;
documentation that all applicable health and safety codes and licensure or registration requirements are met;
anticipated fiscal share and other resources will be contributed to the universal prekindergarten program;
current program design and experience in providing developmentally-appropriate programs;
fiscal solvency;
stability of staff, rate of turnover and ability to fill vacancies in a timely manner;
articulated mission/philosophy statements;
record management and documentation procedures followed by the proposer;
administrative structure;
capacity and experience in serving children with disabilities;
capacity and experience in serving children and their parents and/or guardians when they are limited English proficient;
children's progress as demonstrated by assessments; and
demonstrated effectiveness of the proposer’s program.
School District
624410
Child Day Care Services