ARMY DINING EXCELLENCE INITIATIVE (DINEX)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army is launching the Dining Excellence Initiative (DINEX), a Commercial Solutions Opening (CSO) under 10 U.S.C. 4022, to modernize food service operations within its Transformation and Training Command (T2COM) garrisons. This effort seeks innovative, flexible solutions to deliver superior outcomes compared to existing models, ensuring optimal nutrition and sustainment for Soldiers. The Army anticipates awarding a fixed-price Other Transaction Agreement (OTA) for a single prototype project. Solution Briefs are due by February 20, 2026, 12:00 PM (CST).
Purpose & Scope
The DINEX initiative aims to overhaul and modernize food service, moving towards a campus-style feeding concept that improves Soldier morale and well-being. The Area of Interest (AoI) is Enhanced Food Service Operations for T2COM Garrisons. Solutions may introduce new technologies, procedures, or operational models, or modify existing practices to achieve significant financial or operational benefits. The Army encourages proposals that offer flexibility in sourcing, menu standards, facilities, and deviate from rigid legacy systems and regulations (e.g., AFMIS, AR 30-22), provided food safety and nutritional standards are met. Takeout and grab-and-go options are encouraged.
Contract Details
- Type: Commercial Solutions Opening (CSO) leading to a fixed-price Other Transaction Agreement (OTA) for a prototype project.
- Authority: 10 U.S.C. 4022; not subject to FAR or DFARS.
- Prototype Locations: Fort Lee, Virginia, and Fort Rucker, Alabama.
- Follow-on: A successful prototype may lead to a follow-on fixed-price production agreement or contract.
- Funding: Contingent upon appropriated funds; no reimbursement for proposal preparation.
Submission & Evaluation
The acquisition process involves three iterative phases:
- Phase 1 (Solution Brief): Due by February 20, 2026, 12:00 PM (CST). Submissions should be concise and demonstrate innovative concepts.
- Phase 2 (Site Visit/Pitch Session): Meritorious Solution Briefs may be invited to a site visit (mandatory for further consideration) and then a pitch session.
- Phase 3 (Written Proposal): Invited participants will submit a full written proposal.
Evaluation is qualitative, focusing on overall merit, feasibility, innovation, differentiation, scalability, and path to validation. The Army will engage in iterative and collaborative dialogue. Participants are required to define their own success metrics.
Eligibility
While there is no specific set-aside, nontraditional defense contractors and small businesses are strongly encouraged to participate. Teaming arrangements are also encouraged.
Points of Contact
- Michael Schneider, Contracting Specialist: michael.d.schneider55.civ@army.mil
- Jeffery Harris, Contracting Officer: jeffery.d.harris.civ@army.mil