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

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 Department of the Army / Mission Installation and Contracting Command (MICC) - Fort Gordon is conducting market research for Full Food Services (FFS) at Fort Gordon, Georgia. This Sources Sought notice aims to identify interested and capable parties for dining facility management and related food services. Responses are due March 17, 2026.

Scope of Work

The requirement includes comprehensive food services such as:

  • Dining Facility Management
  • Food receiving and storage
  • Food preparation and serving
  • Field feeding operations
  • Facility sanitation

The contractor will be responsible for all supervision, labor, personnel, equipment, materials, and supplies, with the exception of Government Furnished Property (GFP) and expendables. The government will not supervise or control contract service providers, who will be accountable solely to the contractor.

Contract & Timeline

  • Type: Sources Sought / Market Research (Anticipated contract type: Firm Fixed Price)
  • NAICS: 722310 (Food Service Contractors)
  • Small Business Size Standard: $47 Million
  • Response Due: March 17, 2026, no later than 12 pm EDT
  • Published: March 03, 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) addressing:
    • Ability to meet requirements in the DRAFT Performance Work Statement (PWS).
    • Past performance (recency and relevancy within the last 3 years).
    • Company profile, points of contact, Unique Entity ID (UEI), CAGE Code, and small business designation.
    • Details on subcontracting/teaming arrangements, if applicable.
  • Industry input on the attached PWS as a separate document.

Eligibility / Set-Aside

While no specific set-aside is declared for this Sources Sought, respondents are requested to indicate if they qualify as an Alaskan Native Owned, Native Hawaiian Owned, or 8(a) Tribally Owned entity. Small business primes should also specify the percentage of work to be performed by the prime and similarly situated entity subcontractors.

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 a contract, nor does it obligate payment for information provided. Any future solicitation will be announced separately.

People

Points of Contact

Kaitlyn LancasterPRIMARY
Keosha MossSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Sources Sought
Posted: Mar 6, 2026
View
Version 2
Sources Sought
Posted: Mar 5, 2026
View
Version 1Viewing
Sources Sought
Posted: Mar 3, 2026