Skip to content
Department of Defense

Nutrition Care Services; West Point, Fort Stewart, Fort Leonard Wood, Fort Riley, Fort Irwin

Solicitation: HT940826RE003
Notice ID: 7aacf4e2da4641b6b9fa28056f9ee4f0
TypePresolicitationNAICS 722310PSCS203DepartmentDepartment of DefenseAgencyDefense Health Agency (dha)StateMOPostedMar 10, 2026, 12:00 AM UTCDueApr 15, 2026, 06:00 PM UTCCloses in 6 days

Presolicitation from DEFENSE HEALTH AGENCY (DHA) • DEPT OF DEFENSE. Place of performance: MO. Response deadline: Apr 15, 2026. Industry: NAICS 722310 • PSC S203.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: HT940826RE003. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 722310 (last 12 months), benchmarked to sector 72.

12-month awarded value
$30,456,816
Sector total $77,265,368 • Share 39.4%
Live
Median
$99,640
P10–P90
$35,433$163,846
Volatility
Volatile129%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
39.4%
share
Momentum (last 3 vs prior 3 buckets)
+682%($23,553,748)
Deal sizing
$99,640 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MO
Live POP
Place of performance
Fort Leonard Wood, Missouri • 65473 United States
State: MO
Contracting office
San Antonio, TX • 78230 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MO20260073 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026Missouri • Clinton
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $43.60Fringe $33.52
Rate
BRICKLAYER
Base $40.53Fringe $16.69
+25 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 25 more rate previews.
Davis-BaconBest fitstate match
MO20260073 (Rev 1)
Open WD
Published Jan 30, 2026Missouri • Clinton
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $43.60Fringe $33.52
Rate
BRICKLAYER
Base $40.53Fringe $16.69
Rate
TILE SETTER
Base $34.09Fringe $20.36
+24 more occupation rates in this WD
Davis-Baconstate match
MO20260079 (Rev 1)
Open WD
Published Jan 30, 2026Missouri • Platte
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $43.60Fringe $33.52
Rate
BRICKLAYER
Base $40.53Fringe $16.69
Rate
TILE SETTER
Base $34.09Fringe $20.36
+24 more occupation rates in this WD
Davis-Baconstate match
MO20260072 (Rev 1)
Open WD
Published Jan 30, 2026Missouri • Cass
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $43.60Fringe $33.52
Rate
BRICKLAYER
Base $40.53Fringe $16.69
Rate
TILE SETTER
Base $34.09Fringe $20.36
+23 more occupation rates in this WD
Davis-Baconstate match
MO20260009 (Rev 1)
Open WD
Published Jan 30, 2026Missouri • Chariton
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $45.60Fringe $35.47
Rate
BRICKLAYER
Base $32.79Fringe $21.31
Rate
TILE SETTER
Base $32.79Fringe $21.31
+22 more occupation rates in this WD

Point of Contact

Name
David Erpelding
Email
david.k.erpelding.civ@health.mil
Phone
667-892-3900
Name
Michelle Bartkowski
Email
michelle.m.bartkowski.civ@health.mil
Phone
726-203-0083

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE HEALTH AGENCY (DHA)
Subagency
DEFENSE HEALTH AGENCY
Office
Not available
Contracting Office Address
San Antonio, TX
78230 USA

More in NAICS 722310

Description

  The Defense Health Agency, Healthcare Contracting Division - South, has a requirement to provide non-personal labor and management services necessary to perform nutrition care food services for five (5) Medical Treatment Facilities (MTFs) that focus on the following areas: dining facility management functions, therapeutic food preparation, patient tray assembly and delivery service, Registered Dietitian therapeutic nutrition training, facility sanitation and janitorial duties, and the associated logistics analysis and management functions in support of the Nutrition Care Divisions. The following MTFs are included: Keller Army Community Hospital (West Point, New York), Winn Army Community Hospital (Fort Stewart, Georgia), General Leonard Wood  Community Hospital (Fort Leonard Wood, Missouri), Irwin Army Community Hospital (Fort Riley, Kansas), and Weed Army Community Hospital (Fort Irwin, CA).

The Randolph Sheppard Act (RSA) and 34 CFR 395.33 are applicable to this requirement.  All offerors, including State Licensing Agency (SLA) entities, will be evaluated against the same criteria that is established in the solicitation.  The tentative awardee may be required to submit a Subcontracting Plan for review and approval by the Contracting Officer if they are an other-than-small business in order to receive the award.  

Solicitation HT940826RE003 will be issued for this requirement, and this posting will be updated once it is available.  The anticipated issue date is on or about 20 March 2026, with an estimated response date of 15 April 2026.  Propsective offerors are advised that any selected awardee must be registered with the System for Award Management (SAM) and have a Commercial and Government Entity (CAGE) code and Unique Entity Identifier (UEI) prior to any award being made. Paper copies of this solicitation will not be physically issued, and telephone and faxed requests for the solicitation will not be honored.

  1. Contract Type: Firm Fixed Price
  2. Product or Service Code: S203 – Housekeeping – Food
  3. NAICS Code – 722310; SBA size standard - $47,000,000
  4. Competition: Full and Open (ie, unrestricted)
  5. Period of Performance:  (Unit of Issue: Months)
  • Base Period: 1 July 2026 - 30 September 2026
  • Option Period 1: 1 October 2026 – 30 September 2027
  • Option Period 2: 1 October 2027 – 30 September 2028
  • Option Period 3: 1 October 2028 – 30 September 2029

** This synopsis notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such. Once issued, it is incumbent upon the interested party to monitor SAM.gov for any and all updates to the posting, including Q&A, due date changes (if any), etc.

All questions regarding this notice and future solicitation are to be submitted in writing via e-mail to the below listed POCs.  Please use subject line:  HT940826RE003 - Nutrition Care Services.  Questions submitted to this office will be posted in this notice along with their answers. Vendor identities will not be disclosed.  Attached is a draft performance work statement; it may be changed once the solicitation is formally issued.  Interested vendors are encouraged to review the PWS and submit any questions they have in advance of the RFP being issued.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.