- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Request for Information - Integrated Food Service for operation of a Dining Facility in CONUS
Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Mar 04, 2026. Industry: NAICS 72231 • PSC M1FD.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY –
This RFI is issued solely for information and market research purposes – it does not constitute a Request for Proposal (RFP) or an obligation to issue an RFP in the future. No solicitation is available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.
This notice is for market research purposes only and is not indicative of a full requirement. There is no basis for claims against the Government as a result of information submitted or demonstrations provided in response to this RFI.
BACKGROUND: A specific need has been identified for dining facility management services for one dining facility on US Army Fort Bragg in a secured building. DLA is seeking information to determine what industry capabilities exist to support and facilitate this need.
PURPOSE OF THIS RFI: To identify potential offerors capable of operating in and meeting DFAC unique requirements listed below and obtain information that will assist in building the contractual solution to provide the services described herein.
SUMMARY OF REQUIREMENTS: The United States Army Special Operations Command (USASOC) is seeking full food service support for a dining facility (DFAC) operation located at a secure facility on U.S. Army Fort Bragg. All contractor personnel working on the base in support of this contract will be required to obtain and maintain secret level security clearances. Personnel will be required to cover job roles including but not limited to cooks, kitchen porters, cashiers, a program manager, and an executive chef. Below is a summary of the baseline requirements and DFAC unique requirements anticipated. DLA is specifically interested in receiving feedback on the DFAC unique requirements and specifications from companies capable of meeting all baseline requirements.
Baseline DFAC Requirements:
- Receiving and consolidating product;
- Storing, preparing, and serving of food;
- Quality control and quality assurance;
- Inspections of product received;
- Potential transportation and security of product within a U.S. military base;
- Personnel management;
- Meet extensive reporting requirements;
- Performance of related administrative, custodial, and sanitation functions, such as janitorial and custodial duties within dining facilities;
- Provide chefs, cooks, or food service specialists to prepare, cook, serve, and store food items;
- Supervision of personnel;
- Recipe development that meets nutrition standards for each military service potentially performed in conjunction with the respective customer;
DFAC Unique Requirements/Specifications:
- All contractor personnel must be able to obtain and maintain a security clearance for the duration of contract performance.
- Building 1900 located on Fort Bragg
- Prepare, serve, and clean-up 2 meals 5 days per week - Breakfast and Lunch service Monday to Friday, providing 600 and 1000 total meals daily across both meals.
- 6 main serving lines and one round serving line for salad bar
- All-cash facility with one cashier station
- Dining Facility is approximately 11,625 square feet
- Kitchen and Prep area are approximately 600 square feet
- Kitchen equipment includes:
- 4 fryers; 2 tilt grills; 4 combi ovens; 2 steam kettles; 4 convection ovens; 8 stove top burners
- 3 walk-in fridges and 1 walk in freezer
- 9 food storage/prep fridges
- Work alongside and take limited direction from 92Gs (military culinary specialists)
- Operate action and/or specialty stations
- Provide nutrient dense food selections
- Executive chef provided by contractor
- 5-year fixed price indefinite delivery indefinite quantity contract for full food service
- Food supplies provided through the Army via the Defense Logistics Agency
- Ability to travel 2 times a year for 3 personnel to support training events. Likely 2 cooks would be needed, for up to 30 days at a time (maximum of 60 days per year).
Please consider the following questions and provide responses to the Government:
1. Please provide the name of your Company and point of contact information. If your company has a Cage Code, please provide that as well.
2. In what type of business is your company involved – e.g., food preparation, logistics, food distribution? Who are your firm’s major customers, e.g., retailers, industrial accounts, commercial accounts? Does your firm have any experience operating with or as a DLA Subsistence Prime Vendor?
3. Is your business identified under the North American Industry Classification System (NAICS)? If so, identify the NAICS code.
4. Do you have any long-term contracts with your customers and/or suppliers for the same or similar work? If yes, please describe. If no, please explain why, e.g., pricing too volatile, no interest, etc.
5. Can your firm operate in a military dining facility without modifications?
6. How would the price to operate a contract such as this compare to a similar contract which does not require personnel who hold secret clearances?
7. The Randolph Sheppard Act (RSA) may apply to this procurement. Please explain your firm’s experience with the Randolph Sheppard Act, and if your firm would be able to comply with the RSA.
8. Describe your company’s capabilities to meet the requirements stated above and include possible strategies. Identify any other constraints you can identify with this requirement.
9. Please include any additional information your company would like to provide regarding the requirement described above.
Contracting Office Address:
DLA Troop Support Philadelphia
Directorate of Subsistence/Prime Vendor OCONUS
700 Robbins Avenue, Building 6
Philadelphia, Pennsylvania 19111-5096
DIBBS / DLA Details
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
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.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.