Joint Base Andrews Food Services (DFAC)
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 Department of the Air Force is soliciting proposals for Full Food Services at Joint Base Andrews (JBA), Maryland. This Firm Fixed-Price contract covers comprehensive dining and culinary support for the Main Dining Facility (Freedom Hall), In-Flight Kitchen, and Distinguished Visitor (DV) operations for the 89th Airlift Wing. Proposals are due March 9, 2026, at 12:00 PM ET.
Scope of Work
The requirement encompasses full food service operations across JBA, including:
- Freedom Hall Dining Facility (Bldg 1628): Full meal service, including carry-out, operating 24/7, adhering to Department of Air Force nutritional guidance.
- In-Flight Kitchen Services (Freedom Hall): Provision of boxed meals for passengers and crews supporting flying missions 24/7, and for ground operations.
- 89th Airlift Wing Support (Bldg 1658): Full-culinary services for DV operations, including main and executive flight kitchens and brigade kitchen support, operating 5 days/week (with potential for weekend operations). This involves assisting, training, and advising Flight Attendants.
Key tasks include menu planning, food preparation, cooking, serving, subsistence and material handling, storeroom functions, food service accounting, housekeeping, sanitation, waste management, and ground maintenance for Freedom Hall. The contractor must also be prepared to support contingency operations.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Product Service Code: S203 (Food Services)
- NAICS Code: 722310 (Food Services), Size Standard: $47,000,000.00
- Set-Aside: UNRESTRICTED, with priority consideration for the Maryland Business Enterprise Program for the Blind (MBEPB) if their bid is within the competitive range.
- Period of Performance: A base period from March 30, 2026, to March 29, 2027, with multiple option periods extending through March 2031. (Note: CLIN 0009 estimated start date is March 19, 2026).
- Proposal Due Date: March 9, 2026, 12:00 PM ET.
- Answers to Questions Posted By: March 9, 2026, 12:00 PM ET.
Evaluation Factors
Proposals will be evaluated using Simplified Acquisition Procedures (SAP).
- Technical Capability: Rated Acceptable/Unacceptable, focusing on Management/Staffing Approach and Mobilization/Transition Approach.
- Price: Determined fair and reasonable.
- Past Performance: Rated Satisfactory or higher, requiring up to three recent and relevant contracts (within the last three years for at least six months). Technical Capability and Past Performance combined are significantly more important than Price.
Special Requirements / Submission
Offerors must submit a complete, self-sufficient proposal electronically via email to raffaele.simpson.ctr@us.af.mil and heather.roe.1@us.af.mil. Key personnel for 89th AW support require a Secret Security Clearance (not required on day one, contractor must obtain/maintain). The contractor must comply with the provided Wage Determination and the Collective Bargaining Agreement (CBA) for the incumbent workforce. Registration in SAM and WAWF is required prior to award.