Full Food Services - Fort Gordon, Georgia
SOL #: A041301Sources Sought
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Army
W6QM MICC-FT GORDON
FORT GORDON, GA, 30905, United States
Place of Performance
Fort Gordon, GA
NAICS
Food Service Contractors (722310)
PSC
Operation Of Dining Facilities (M1FD)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Mar 3, 2026
2
Last Updated
Mar 6, 2026
3
Response Deadline
Mar 16, 2026, 4:00 PM
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 Mission Installation and Contracting Command (MICC) - Fort Gordon is conducting market research for Full Food Services (FFS) at Fort Gordon, Georgia. This Sources Sought aims to identify interested and capable parties to support the FFS requirement, which is anticipated to be a Firm Fixed Price contract. Responses are due March 17, 2026, 12 pm EDT.
Scope of Work
- Provide quality food services to support the Warfighter.
- Encompasses Dining Facility Management, food receiving and storage, preparation, serving, field feeding, and facility sanitation.
- Services are required at five (5) Dining Facilities.
- The contractor will be responsible for all supervision, labor, personnel, equipment, materials, and supplies, except for Government Furnished Property (GFP) and expendables.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Anticipated Contract Type: Firm Fixed Price
- NAICS: 722310 (Food Service Contractors) with a small business size standard of $47M.
- Anticipated Period of Performance: Base year plus four option periods.
- Response Due: March 17, 2026, 12 pm EDT
- Published: March 6, 2026
Submission & Evaluation
- This is for market research purposes only and is not a solicitation.
- Interested parties must submit a capability statement (maximum 6 pages, 10-point Times New Roman font).
- Capability statements must address the firm's ability to meet the requirements in the DRAFT Performance Work Statement (PWS) and demonstrate past performance (recency and relevancy within the last 3 years).
- Specific information required includes company profile, points of contact, Unique Entity ID, CAGE Code, small business designation, and details on subcontracting/teaming if applicable.
- Industry input on the attached PWS is also requested as a separate document.
- Responses will be used to determine potential small business participation and overall industry capability.
Eligibility / Set-Aside
- Respondents should indicate if they qualify as an Alaskan Native Owned, Native Hawaiian Owned, or 8(a) Tribally Owned entity.
- If competing as a small business prime, specify the percentage of work to be performed by the prime and similarly situated entity subcontractors.
- No specific set-aside has been determined at this market research stage.
Additional Notes
- Responses must be emailed to Kaitlyn Lancaster (kaitlyn.d.lancaster.civ@army.mil) and Keosha Moss (keosha.j.moss.civ@army.mil).
- Telephone inquiries will not be accepted.
- This notice does not commit the Government to any contract or obligate it to pay for information provided. A solicitation, if issued, will be announced separately.
People
Points of Contact
Kaitlyn LancasterPRIMARY
Keosha MossSECONDARY