- 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
10th SFG(A)_ 8 AUGMENTEE COOK SERVICES at CARSON, CO
Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: CO. Response deadline: Mar 11, 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 95 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 722310
Description
Addendum 1 The purpose of this addendum is to update the PWS regarding holidays and to provide responses to the submitted questions. Please refer to the updated PWS and the file containing the answered questions.
The Government is issuing this solicitation as a means of procuring the services of eight (8) food service contractors to support the requirement for Cook Augmentation at Fort Carson, CO.
Requirement:
1 Cook Type II (Supervisor) Cook Augmentation for LaRochelle DFAC at Fort Carson, IAW the attached PWS, attachments and exhibits. Refer to PWS 1.1 & 5. Invoices will be allowed on a monthly basis.Pricing Arrangement: Firm Fixed Price.
7 Cooks Type I (Line Cooks) Cook Augmentation for LaRochelle DFAC at Fort Carson, IAW the attached PWS, attachments and exhibits. Refer to PWS 1.1 & 5. Invoices will be allowed on a monthly basis. Pricing Arrangement: Firm Fixed Price.
Food Preparation includes preparing of meals for breakfast, lunch, in accordance with the pre- developed menus provided by the Government appointed Facility Manager. : Performance Meal Prep will be prepared in accordance with THOR3/HPW recipe cards provided by LaRochelle DFAC as well as HPW Performance Dieticians (see attached PWS).
PLACE OF PERFORMANCE
Location: La Rochelle Dining Facility, Fort Carson, CO 80913
Government: 100%
Period of performance: 01 April 2026 through 01 October 2026
The Contractor shall supply 8 Cooks to support the Army Culinary Specialist (Military Occupational Skill 92G) in food preparation at the Warrior Restaurants (also known as Dining Facilities) on Fort Carson. It includes, but is not limited to, preparing and serving of food, along with maintaining self-service items, ice, and beverages during designated meal periods. Also, included is the performance of related sanitation functions, in the Dining Facilities. They promulgate both existing and maturing concepts, responsibilities, policy, and implementing procedures. Normal support level: 5 days a week, Monday through Friday. The schedule will be posted monthly by the Food Program Management Office Hours of Operation: Work hours will be from 0530 to 1430. Service hours for breakfast meals are 0745-0915. Service hours for lunch meals are from 1130-1300. These hours are subject to change based upon supported unit requirements.
Base subsistence support for Soldiers will be for breakfast and meals Monday through Friday accomplished through a varied work schedule so there is no lapse in service. The work schedule will comply with all labor laws and regulations.
If your organization has the potential capacity to provide this service, please provide the following information:
This is a Request for Quote (RFQ) competed IAW FAR PART 13, Simplified Procedures for Certain Commercial Items; FAR PART 12, Commercial Items.
All offerors shall submit their quotations using the requested contract line item (CLIN) structureto the email address stated herein by the date and time specified herein. The offer shall include the name, address, and telephone number, unit price, an overall total price, description of service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation and the PWS, any discount terms, cage code, Unique Identity ID (UEID), size of business, taxpayer ID number, and acknowledgement of solicitation amendments.
Quotations must be received no later than the solicitation's closing date and time listed on the solicitation. The Offeror is responsible for verifying that their quotation package was received before the solicitation closing date and time. The Offeror is responsible for verifying that their quotation package was received before the solicitation closing date and time. Only e-mail submissions will be accepted. Quotes shall be valid for a minimum of 60 calendar days. The Closing Date and time for this Solicitation is 11 March 2026, at 1:00 PM MDT. The Offeror shall submit electronic copies of their quotation package via email with the subject line W911RZ-26-QA010, to the following points of contacts: Contracting Officer: Julia Gomez at: julia.e.gomez.civ@army.mil. Contract Specialist emmanuel.hernandezcasiano.mil@army.mil. Quotation received after this date and time will be considered late in accordance with FAR 52.212-1(f)and will be not evaluated.
Offerors should mark each page of their quote as "Proprietary Information" if they want it reated as Proprietary Information under the Procurement Integrity Act.
Site Visit: A site visit will be held 06 March 2026 at LaRochelle Dining Facility at Fort Carson, CO 80913 (1000-1200Hrs) MDT.
7830 Bad Toelz Rd. Fort Carson, CO 870913
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.