- 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
Nutrition Care Services; West Point, Fort Stewart, Fort Leonard Wood, Fort Riley, Fort Irwin
Presolicitation from DEFENSE HEALTH AGENCY (DHA) • DEPT OF DEFENSE. Place of performance: MO. Response deadline: Apr 15, 2026. Industry: NAICS 722310 • PSC S203.
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
Awarded-market signal for NAICS 722310 (last 12 months), benchmarked to sector 72.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 25 more rate previews.↓
Point of Contact
Agency & Office
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.
- Contract Type: Firm Fixed Price
- Product or Service Code: S203 – Housekeeping – Food
- NAICS Code – 722310; SBA size standard - $47,000,000
- Competition: Full and Open (ie, unrestricted)
- 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.
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.