Fort Bliss Dining Facility - J&A
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 the Army has issued a Justification and Approval (J&A) for a sole-source, firm-fixed-price modification to extend the current Full Food Services (FFS) contract at Fort Bliss, TX. This action extends the contract with the Texas Workforce Commission for one year, valued at an estimated $14.8 million, to ensure uninterrupted food service operations while the Army finalizes the rollout of its Campus Style Dining Venue (CSDV) model.
Scope of Work
The contract modification will continue non-personal Full Food Services (FFS) in six (6) dining facilities (DFACs) at Fort Bliss. Services encompass labor, equipment, tools, materials, and supervision for food service management, food production, headcount, and dining facility attendant services.
Contract & Timeline
- Type: Firm-Fixed-Price (FFP) modification to an existing Indefinite-Delivery Indefinite-Quantity (IDIQ) contract.
- Period of Performance: February 1, 2026 – January 31, 2027 (one-year extension).
- Estimated Value: $14.8 million.
- Funding: Fiscal Year (FY) 2026 Operations and Maintenance Army (OMA) funds.
- Published: February 12, 2026.
Set-Aside & Eligibility
This is a sole-source justification under FAR 6.302-1, "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." The incumbent, Texas Workforce Commission, is identified as the only responsible source capable of providing uninterrupted, mission-critical food services without unacceptable delays or mission impact. Market research indicated other potential vendors could not mobilize within the required short timeline.
Submission & Evaluation
This is not a competitive solicitation. However, a notice is published per FAR 5.201, and any capability statements received from interested parties will be considered by the agency.
Additional Notes
The extension is crucial to prevent a lapse in essential food service support during the transition to the CSDV model. It also avoids an estimated $445,129.12 in transition costs that would be incurred by changing contractors.