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) has issued a Pre-Solicitation Notice for Food Services at the FBI J. Edgar Hoover (JEH) Building in Washington, DC. This notice serves as an advance announcement for a forthcoming Request for Proposal (RFP) for a no-cost contract with an award incentive fee. The Randolph-Sheppard Act applies, affording priority to blind vendors licensed by the DC Rehabilitation Services Administration. The estimated RFP release is April 2026, with responses due by June 2026.
Scope of Work
The contractor will operate the existing food service area, which includes a 33,872 square-foot facility on the 8th floor, featuring 27,600 square feet for food preparation and serving, and a 6,272 square-foot dining area seating approximately 480 patrons. Services are currently configured as "cafeteria style." Minimum operating hours are Monday through Friday, excluding Federal Holidays. The contractor must also assume operation of and enter into licensing agreements with existing franchised businesses within the JEH building, specifically Dunkin Donuts and Starbucks.
Contract & Timeline
- Contract Type: No-cost contract with an award incentive fee.
- Period of Performance: Estimated start date of July 13, 2026, including a 30-day vendor transition period, followed by a one-year base period and four one-year option periods.
- Method of Solicitation: Request for Proposal (RFP).
- Estimated Release Date: April 2026.
- Estimated Response Due Date: June 2026.
- Distribution: Solicitation and amendments will be available electronically via SAM.gov.
Eligibility / Set-Aside
- The Randolph-Sheppard Act applies to this procurement, requiring priority to be afforded to blind vendors licensed by the DC Rehabilitation Services Administration.
Evaluation
The contractor's eligibility for an award incentive fee will be based on the Government's assessment of food quality and safety, menu variety, customer service, operational reliability, facility stewardship, and collaboration.
Additional Notes
This notice is an advance announcement and does not constitute a request for proposals. Interested vendors are responsible for monitoring SAM.gov for the official solicitation and any updates. The Government will not respond to questions until the solicitation is posted. This notice does not commit the Government to award a contract.