Food Services FBI Headquarters
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 Federal Bureau of Investigation (FBI) is soliciting proposals for Food Services at the J. Edgar Hoover (JEH) FBI Headquarters Building in Washington, D.C., and potentially the National Capital Region (NCR). This contract aims to establish and operate comprehensive food services for approximately 4,000 occupants. Proposals are due June 8, 2026, at 12:00 PM EST.
Scope of Work
The contractor will operate and manage existing food service facilities, including a large cafeteria, an embedded cafe, a special functions room, and a standalone cafe. Services include food preparation and sales, managing existing franchises (Dunkin Donuts, Starbucks), and offering catering. The Government will provide JEH spaces and utilities without rental charge. Key requirements include maintaining high sanitation standards, providing varied and healthy menu options, and ensuring timely service during peak hours.
Contract Details
- Contract Type: Hybrid (Firm Fixed Price with award-fee, and a cost-type element for minor equipment repair/replacement up to $30,000 annually). This is a no-cost contract, with revenue generated solely from food service sales.
- Period of Performance: A base period from August 13, 2026, to August 12, 2027, with four (4) one-year option periods.
- Set-Aside: The Randolph-Sheppard Act applies, requiring priority to be afforded to qualified blind vendors licensed by the DC Rehabilitation Services Administration.
- Place of Performance: J. Edgar Hoover FBI Headquarters, 935 Pennsylvania Avenue, N.W., Washington, D.C., with potential for other NCR locations.
Key Dates & Actions
- Site Visit Access Request Due: May 7, 2026, 12:00 PM EST (requires full name, company, SSN, DOB, POB, citizenship for up to two individuals per company).
- Site Visit: May 12, 2026, 9:30 AM EST.
- Questions Due: May 17, 2026.
- Proposals Due: June 8, 2026, 12:00 PM EST.
- Anticipated Award Date: July 13, 2026.
Submission & Evaluation
Proposals must be submitted via email only to CO McKenzie Bucher (mpbucher@fbi.gov) and CS Tom Teets (twteets@fbi.gov) in five separate volumes: I-Technical Approach, II-Management Plan, III-Past Performance, IV-Transition Plan, and V-Menu Pricing. Evaluation factors, in order of importance, are Technical Approach, Management Approach, Past Performance, Transition Plan, and Menu Pricing. Award will be based on the best overall value.
Attachments
Key attachments include the Performance Work Statement (PWS), SF1449, Menu Pricing Template, Wage Determination, and Customer Satisfaction Questionnaire.