Full Food Services for Presidio of Monterey, Fort Hunter Liggett, and Camp Parks, CA 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 for Other than Full and Open Competition for Full Food Services at Presidio of Monterey, Fort Hunter Liggett, and Camp Parks, CA. This justification, citing FAR Part 6.103-1, explains the intent to award a sole-source, firm-fixed-price IDIQ contract to the incumbent, California Department of Rehabilitation, to prevent a lapse in critical services while a new competitive contract is developed under the Army's Dining Excellence Initiative (DINEX).
Scope of Work
The contractor will provide all supervision, labor, personnel, equipment, materials, and supplies (excluding Government Furnished Property) for the operational services of Army dining facilities. This includes receiving, storing, preparing, requisitioning, and serving food.
Contract & Timeline
- Type: Firm-fixed-price indefinite delivery/indefinite quantity (IDIQ)
- Estimated Value: $24 million
- Ordering Period: Base period from February 28, 2026, to February 27, 2027 (valued at $16M)
- Option to Extend Services: February 28, 2027, to August 27, 2027 (valued at $8M)
- Funds: Fiscal Year 2026 Operation and Maintenance, Army (OMA) funds
- Published Date: March 5, 2026
Evaluation
This is a justification for other than full and open competition, based on the determination that only one responsible source (the current incumbent, California Department of Rehabilitation) can satisfy agency requirements without interruption. The incumbent was identified as the only capable vendor due to corporate experience, past performance, and ability to continue services seamlessly. Market research indicated that while some non-incumbent vendors were somewhat capable, negotiations would create duplication of cost and risk service interruption.
Additional Notes
The need for this interim contract stems from delays in awarding a follow-on contract, attributed to the Army's development of the Dining Excellence Initiative (DINEX). This action is necessary to bridge the gap until the DINEX initiative is implemented, with Presidio of Monterey slated for Phase I in August 2027. Extending the current incumbent avoids transition costs and allows resources to focus on the strategic DINEX procurement. Failure to approve this justification risks service interruption, impacting mission readiness and operations.