DOJ Cafeteria 2
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 Justice (DOJ) is soliciting Statements of Qualifications (SOQ) for the operation of an on-site food service facility, including a cafeteria, private dining room, and catering services, at the RFK Main Justice Building in Washington, D.C. This is a full and open acquisition for a base period of three years with four one-year option periods. The selected contractor will retain all sales revenue, with the Government providing a stipend of up to $2,000 per month to offset potential operational losses. SOQs are due February 13, 2026, by 5:00 p.m. ET.
Purpose & Scope
The objective is to establish and operate a comprehensive food service facility for approximately 1,000 DOJ occupants and their guests. Services include providing a wide variety of hot and cold foods, emphasizing healthful choices, and operating Monday through Friday for breakfast (7:00 a.m. - 10:00 a.m.) and lunch (11:00 a.m. - 2:00 p.m.). The contractor will be responsible for full operation, maintaining a clean and sanitary environment, and ensuring prompt, efficient, and courteous service. The vendor will also have exclusivity for catering services within the facility.
Contract Details
- Contract Type: Request for Statement of Qualifications (RSQ) – not a priced procurement.
- NAICS Code: 722310 (Food Service Contractors), Size Standard $47.0 million.
- Term: Base period of three (3) years, with four (4) one-year option periods.
- Financials: Contractor retains all sales revenue. Government provides a monthly stipend of up to $2,000.
- Place of Performance: RFK Main Justice Building, 950 Pennsylvania Avenue, NW, Washington, DC.
- Government Furnished Equipment (GFE): Detailed in Attachment 7 and referenced in the SOW (Attachment 2, section 10, D).
- Opening Date: Scheduled to reopen around March 2026.
Submission Requirements
Offerors must submit a Statement of Qualifications (SOQ) via email to Andrew.S.Martin@usdoj.gov by the due date. The submission must consist of three separate PDF files:
- Volume I (Business Statement of Qualifications): Max 45 pages, addressing Technical Approach, Management and Staffing Approach, and Organizational Experience.
- Volume II (Past Performance): Max 10 pages, including two past performance references with current contact information. If no past performance, state this for a neutral evaluation.
- SOQs must include the Offeror's CAGE code, Federal Taxpayer Identification Number, DUNS number, and a completed FAR 52.212-3. Pricing will not be evaluated as a separate volume; offerors should address financial viability and profitability within their technical submission.
Evaluation Factors
Award will be made to the responsible Offeror representing the best overall value, based on the following factors in descending order of importance:
- Technical Approach
- Management and Staffing Approach, Organizational Experience
- Past Performance
The Department reserves the right to award based on initial submissions without discussions.
Key Dates & Actions
- Questions Due: January 28, 2026, by 5:00 p.m. ET. Email to Andrew.S.Martin@usdoj.gov with subject "15JPSS26Q00000012".
- Site Visit: February 3, 2026. Interested parties must RSVP via email to Andrew.s.martin@usdoj.gov at least 2 business days in advance, providing POC, phone, and email. Only one person per company.
- SOQs Due: February 13, 2026, by 5:00 p.m. ET. Email to Andrew.S.Martin@usdoj.gov with subject "15JPSS26Q00000012".
Additional Notes
Offerors must acknowledge all amendments and ensure updated representations and certifications in SAM. Extensive security requirements, including background checks and Public Trust Investigations (PTI), apply to personnel. Compliance with FAR clauses (e.g., 52.212-2, 52.212-3, 52.212-4, 52.212-5) and Service Contract Act Wage Determinations (Attachment 6) is mandatory. Organizational Conflicts of Interest (OCI) must be disclosed.