Campus Style Dining Venue (CSDV) Concession 2.0 Solicitation
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 U.S. Army Installation Management Command (IMCOM) NAF Contracting Office is soliciting proposals for a Campus Style Dining Venue (CSDV) Concession 2.0 project. This firm-fixed-price Indefinite Delivery-Indefinite Quantity (IDIQ) contract requires a concessionaire to finance, design, build-out/renovate facilities, and operate/maintain CSDV operations at six U.S. Army Garrisons. The goal is to provide modernized, 21st-century dining experiences with advanced technologies and healthy food options, enhancing Soldier readiness and well-being. Proposals are due June 12, 2026.
Purpose & Scope
This solicitation seeks to establish a revenue-generating venue that offers a modernized Soldier feeding alternative, including advanced technologies, online ordering, delivery solutions, and healthy food options for Soldiers, their Families, "Soldiers for Life," and the wider installation community. The contractor will be responsible for the full lifecycle of the dining venues, from financing and design to renovation, operation, and maintenance. This is an Army Non-Appropriated Fund (NAF) solicitation and is not subject to the FAR.
Key Requirements
Contractors must provide professional management and high-quality food and beverage services, ensuring 24/7 access to prepared healthy food. Offerings must align with Army Nutritional Standards, DoD healthy living objectives, and "Go for Green" principles. Technology integration is crucial, including Point of Sale (POS) systems interoperable with AFMIS and mobile/web applications for ordering. The contractor will finance and execute the design and renovation of existing Dining Facilities (DFACs) to create modern venues. Staffing requires a Head Chef with ACF certification and a Dietitian to collaborate with the Army's Dietitian.
Locations
The contract covers six U.S. Army Garrisons: 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. Specific CLINs for Fort Bliss (Bulldog DFAC, Bldg 20326), Fort Campbell (Bldg 6761 and Bldg 4061), and Fort Polk (CLIN 0007) have been updated by Amendment 0001.
Contract Details
This is a firm-fixed-price IDIQ contract with a base period of five (5) years and five (5) one-year option periods, for a potential total of ten (10) years. The contract is subject to the availability of funds for reimbursable Essential Station Messing (ESM) meals. The reimbursement formula for ESM Soldier meals is clarified: "Discount Meal Rate" (35% of total meal costs) and "Operating Costs" (65%) are non-negotiable.
Submission & Evaluation
Proposals must be submitted electronically in PDF format via the DoD SAFE website by Friday, June 12, 2026, at 4:00 PM CENTRAL TIME. A pre-proposal conference and site visit is scheduled for Tuesday, March 17, 2026, at Fort Bliss, TX. Additional site visits are scheduled for other garrisons between March 19 and April 2, 2026. Questions are due by April 15, 2026. Evaluation will use a "Best Value-Trade Off" approach, considering Technical Proposals (Business Plan, Management Plan) and Pricing Proposals. Offerors must propose on all Contract Line Items (CLINs).
Eligibility & Set-Aside
Eligible patrons include the wider garrison community, military dependents, "Soldiers for Life," DA Civilians, and Contractors. ESM Soldiers will use the Army's meal entitlement verification system. This solicitation is not subject to the Randolph-Sheppard priority.
Important Notes
Offerors must provide a Quality Control/Assurance plan, describe teaming arrangements, and detail three past projects valued at a minimum of $3,000,000.00 completed within the last five years. The Service Contract Act (SCA) of 1965 and construction wage rates apply. Berry Amendment restrictions on seafood procurement and Buy American Act requirements are applicable. A comprehensive Construction Guide (Attachment J.17) and Food Nutritional Standards (Attachment J.16) are provided, which are critical for proposal development.