Joint Base Andrews Food Services (DFAC)

SOL #: FA286026Q0003Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA2860 316 CONS PK
JB ANDREWS, MD, 20762-7001, United States

Place of Performance

St James, MD

NAICS

Food Service Contractors (722310)

PSC

Food Services (S203)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 17, 2026
2
Last Updated
Mar 9, 2026
3
Submission Deadline
Mar 4, 2026, 5:00 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 Air Force is soliciting proposals for full food services at Joint Base Andrews (JBA), Maryland. This Firm Fixed-Price contract covers operations for the Freedom Hall Dining Facility, In-Flight Kitchen, and specialized culinary support for the 89th Airlift Wing's Distinguished Visitor (DV) operations. The acquisition is Unrestricted, with priority consideration for State Licensing Agencies under the Randolph-Sheppard Act. Proposals are due March 4, 2026, at 12:00 PM ET.

Scope of Work

The contractor will provide comprehensive food services across two primary locations:

  • Freedom Hall Dining Facility (Building 1628): Full meal service, including carry-out, operating 7 days a week, 24 hours a day. This encompasses menu planning, food preparation, serving, accounting, housekeeping, sanitation, waste management, and ground maintenance.
  • In-Flight Kitchen Services (Freedom Hall): Provision of boxed meals for passengers and crews supporting flying missions on a 24-hour basis, as well as for ground operations.
  • 89th Airlift Wing Support (Building 1658): Full-culinary services for Distinguished Visitor (DV) operations, including main Flight Kitchen, Executive Flight Kitchen, and Brigade Kitchen support. This requires specific key personnel (Executive Chef, Sous Chef, First/Second Cook) and operates 5 days a week, 0800-1600 hours, with potential for weekend/extended hours. The scope also includes accommodating special dietary requirements, managing "Other Direct Costs" for pre-authorized equipment repair/replacement, and providing extended mission support for the 89th AW.

Contract Details

  • Contract Type: Firm Fixed Price (FFP) for all CLINs.
  • Period of Performance: A base period (March 30, 2026 - March 29, 2027) with multiple option periods extending through March 29, 2029.
  • Set-Aside: Unrestricted, with priority consideration for State Licensing Agencies (SLAs) under the Randolph-Sheppard Act (specifically MBEPB) if within the competitive range.
  • NAICS Code: 722310 (Food Services) with a size standard of $47,000,000.00.
  • Place of Performance: Joint Base Andrews, St James, MD 20762.

Key Requirements & Submission

  • Personnel: Stable workforce (<=90% turnover), no vacant positions >30 days. Key personnel for Brigade Kitchen (Executive Chef, Sous Chef, First Cooks, Second Cook) required.
  • Security Clearances: Secret Security Clearance required for 89th Airlift Wing personnel (USAF sponsorship forthcoming, not required Day 1). Program Manager does not need clearance.
  • Collective Bargaining Agreement (CBA): Attachment 5 details the existing CBA (Oct 1, 2024 - Sep 30, 2027), which bidders must factor into cost proposals.
  • Government Furnished Property (GFP): Facilities, fixtures, equipment, materials, and subsistence will be provided (see Attachment 8).
  • Deliverables: Various reports and plans, including a Transition-In Plan. No site visit. FCL not required.
  • Offer Due Date: March 4, 2026, at 12:00 PM Eastern Time.
  • Submission: Electronic submission via email to raffaele.simpson.ctr@us.af.mil and heather.roe.1@us.af.mil. SAM and WAWF registration required prior to award. A Small Business Subcontracting Plan is due with the SF 1449.

Evaluation Criteria

Proposals will be evaluated using Simplified Acquisition Procedures (SAP) based on:

  1. Technical Capability: Rated Acceptable/Unacceptable (Management/Staffing, Mobilization/Transition).
  2. Past Performance: Rated Satisfactory or higher (up to three recent/relevant contracts, at least one prime).
  3. Price: Determined fair and reasonable. Technical Capability and Past Performance combined are significantly more important than Price.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download

Versions

Version 5
Solicitation
Posted: Mar 9, 2026
View
Version 4
Solicitation
Posted: Mar 3, 2026
View
Version 3
Solicitation
Posted: Feb 26, 2026
View
Version 2Viewing
Solicitation
Posted: Feb 25, 2026
Version 1
Solicitation
Posted: Feb 17, 2026
View