Campus Style Dining Venue (CSDV) Concession 2.0 Solicitation

SOL #: NAFBA1-26-R-0014Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6BD IMCOM FMWR HQ
JBSA FT SAM HOUSTON, TX, 78234-1223, United States

Place of Performance

Place of performance not available

NAICS

Food Service Contractors (722310)

PSC

Operation Of Dining Facilities (M1FD)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 3, 2026
2
Last Updated
Mar 14, 2026
3
Submission Deadline
Jun 12, 2026, 9:00 PM

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 U.S. Army Installation Management Command (IMCOM) NAF Contracting Office is soliciting proposals for a Campus Style Dining Venue (CSDV) Concession 2.0 program. This effort seeks one firm-fixed-price Indefinite Delivery-Indefinite Quantity (IDIQ) contract with a concessionaire to finance, design, build/renovate, operate, and maintain CSDV operations at six U.S. Army Garrisons. This is an Army Non-Appropriated Fund (NAF) solicitation, not subject to FAR. Proposals are due June 12, 2026.

Opportunity Overview

The Army Food Innovation and Transformation Program Office aims to establish modernized Soldier feeding alternatives featuring advanced technologies, online ordering, delivery solutions, and healthy food options. The program seeks to create revenue-generating venues that enhance community health, welfare, and morale, expand dining opportunities for Essential Station Messing (ESM) Soldiers, and promote the U.S. Army's Holistic Health and Fitness (H2F) and DoD Healthy Base Initiatives.

Scope of Work

The selected concessionaire will be responsible for:

  • Financing, Design, and Build-out/Renovation: Transforming existing Dining Facilities (DFACs) into modern 21st-century venues. This includes adherence to a comprehensive construction guide (Attachment J.16) covering design, environmental compliance (e.g., LEED Silver certifiable), safety, and quality control. Building plans for specific locations are provided (e.g., Attachments J.8.4, J.7.4, J.6.4, J.5.4, J.4.4, J.3.4).
  • Operations and Maintenance: Providing professional management and high-quality food and beverages, including 24/7 access to prepared healthy food based on patron demand.
  • Menu and Nutritional Standards: All food offerings must align with strict Army Nutritional Standards (Attachment J.15), emphasizing whole foods, nutrient-dense options, and limiting processed foods. Example holiday menus are also provided (Attachment J.1).
  • Technology Integration: Implementing necessary technologies, such as Point of Sale (POS) systems with AFMIS interoperability, and mobile/web applications for ordering.
  • Staffing: Providing all labor, personnel, and supervision.
  • Locations: Initial operations will cover Fort Bliss, TX; Joint Base Lewis-McChord (JBLM), WA; Fort Irwin, CA; Fort Riley, KS; Fort Campbell, KY; and Fort Polk, LA. The contract may expand to additional facilities.

Contract Details & Key Dates

  • Contract Type: Firm-Fixed-Price Indefinite Delivery-Indefinite Quantity (IDIQ) concession contract.
  • Period of Performance: A 5-year base period with five 1-year option periods, for a potential total of 10 years.
  • Funding: Concession contracts involve the contractor paying a fee to the NAFI. Funding for reimbursable ESM meals is subject to availability.
  • Set-Aside: State Licensing Agencies are invited to respond for the operation of "cafeterias" under the Randolph-Sheppard Act.
  • Questions Due: April 15, 2026
  • Proposal Submission Deadline: June 12, 2026
  • Published Date: March 3, 2026

Evaluation Criteria

Proposals will be evaluated using a "Best Value-Trade Off" approach, considering both the Technical Proposal (Business Plan, Management Plan) and the Pricing Proposal. Bidders should utilize provided historical data on food costs (Attachment J.13), utility rates (Attachments J.12, J.12.1), maintenance costs (Attachment J.11), headcount summaries (e.g., J.8.1.2), and equipment inventories (e.g., J.8.5) for accurate pricing and operational planning.

Contact Information

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 3
Solicitation
Posted: Mar 14, 2026
View
Version 2
Solicitation
Posted: Mar 4, 2026
View
Version 1Viewing
Solicitation
Posted: Mar 3, 2026
Campus Style Dining Venue (CSDV) Concession 2.0 Solicitation | GovScope