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 opportunity covers operations for the Freedom Hall Dining Facility, In-Flight Kitchen Services, and 89th Airlift Wing Distinguished Visitor (DV) culinary support. The contract is a Firm Fixed-Price arrangement. Proposals are due by March 4, 2026, at 12:00 PM ET.

Scope of Work

This Performance Work Statement (PWS) outlines requirements for comprehensive food service operations across three main areas at JBA:

  • Freedom Hall Dining Facility (Building 1628): Provides full meal service, including carry-out options, adhering to Department of Air Force (DAF) nutritional guidance, operating 7 days a week, 24 hours a day.
  • In-Flight Kitchen Services: Delivers boxed meals for passengers and crews supporting flying missions on a 24-hour basis, and for ground operations.
  • 89th Airlift Wing Support (Building 1658): Offers full-culinary services for Distinguished Visitor (DV) operations, including main and executive flight kitchens and brigade kitchen support. This involves assisting, training, and advising Flight Attendants to meet DV nutritional and culinary demands, operating 5 days a week (0800-1600 hours), with potential weekend operations requiring COR approval.

Key tasks include menu planning, subsistence and material handling, storeroom functions, food preparation, cooking, serving, food service accounting, housekeeping, sanitation, waste management, and ground maintenance.

Contract & Timeline

  • Solicitation Number: FA286026Q0003
  • Contract Type: Firm Fixed-Price (FFP) for all line items.
  • Period of Performance: A base year (March 30, 2026 - March 29, 2027) and multiple option periods extending through March 29, 2029.
  • NAICS Code: 722310 (Food Services) with a size standard of $47,000,000.00.
  • Published Date: February 26, 2026.
  • Proposal Due Date: March 4, 2026, at 12:00 PM ET.
  • Questions Due Date: February 23, 2026, at 10:00 AM ET (Answers posted by March 4, 2026, 12:00 PM ET).

Key Requirements

  • Set-Aside: This acquisition is UNRESTRICTED, but priority consideration is given to State Licensing Agencies (SLAs) under the Randolph-Sheppard Act, specifically the Maryland Business Enterprise Program for the Blind (MBEPB), if their bid falls within the competitive range.
  • Personnel: Secret Security Clearance is required for all personnel supporting the 89th Airlift Wing. Key personnel for the Brigade Kitchen include an Executive Chef, Sous Chef, First Cooks, and Second Cook. A stable workforce (<=90% turnover) is expected.
  • Labor: Bidders must account for the Collective Bargaining Agreement (CBA) for non-supervisory food service employees at the Andrews Air Force Base Dining Hall, effective October 1, 2024, through September 30, 2027, and adhere to the Service Contract Act Wage Determinations.
  • Government Furnished Property (GFP): Facilities, fixtures, equipment, materials, and subsistence will be provided. An inventory list of GFP for Building 1628 (Freedom Hall) is available.
  • Contractor Furnished Goods: Includes consumable supplies (Freedom Hall only), commercial telephone service, housekeeping supplies, and contractor meals.
  • Transition: A Transition-In Plan is required.

Evaluation Factors

Proposals will be evaluated using Simplified Acquisition Procedures (SAP). Technical Capability and Past Performance combined are considered significantly more important than Price.

  • Technical Capability: Rated Acceptable/Unacceptable, focusing on Management/Staffing Approach and Mobilization/Transition Approach.
  • Past Performance: Rated Satisfactory or higher, requiring up to three recent and relevant contracts (within the last three years for at least six months), with at least one as a prime contractor.
  • Price: Will be determined fair and reasonable.

Submission Details

Offers must be complete, self-sufficient, and submitted electronically as a single copy via email to raffaele.simpson.ctr@us.af.mil and heather.roe.1@us.af.mil. The offer response must consist of three separate factors: Technical Capability, Price (using Attachment 6), and a Past Performance Survey. Vendors must be registered in SAM and WAWF prior to award.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

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