Full Food Services - Fort Gordon, Georgia
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 Mission Installation and Contracting Command (MICC) - Fort Gordon is conducting market research via a Sources Sought notice for Full Food Services (FFS) at Fort Gordon, Georgia. The purpose is to identify interested and capable parties to provide comprehensive food services. This is not a solicitation, but a request for information to gauge industry capabilities. Responses are due March 17, 2026, by 12 pm EDT.
Scope of Work
The requirement involves providing quality food services to support the Warfighter. This encompasses Dining Facility Management, food receiving and storage, preparation, serving, field feeding, and 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.
Contract & Timeline
- Type: Sources Sought (Anticipated contract type: Firm Fixed Price)
- NAICS Code: 722310 (Food Service Contractors) with a small business size standard of $47M.
- Response Due: March 17, 2026, 12 pm EDT
- Published: March 5, 2026
Submission & Evaluation
Interested parties must submit a capability statement, limited to a maximum of 6 pages (10-point Times New Roman font). The statement should address the firm's ability to meet the requirements outlined in the DRAFT Performance Work Statement (PWS) and demonstrate relevant past performance within the last three years. Required information includes a company profile, points of contact, Unique Entity ID (UEI), CAGE Code, small business designation, and details on subcontracting or teaming arrangements if applicable. Industry input on the attached DRAFT PWS is also requested as a separate document.
Eligibility / Set-Aside
Respondents are asked to 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, respondents should specify the percentage of work to be performed by the prime and any similarly situated entity subcontractors.
Contact Information
- Primary: Kaitlyn Lancaster (kaitlyn.d.lancaster.civ@army.mil)
- Secondary: Keosha Moss (keosha.j.moss.civ@army.mil)
- Telephone inquiries will not be accepted.
Additional Notes
This notice is for market research and planning purposes only and does not commit the Government to any contract or obligate it to pay for information provided. A formal solicitation, if issued, will be announced separately.