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 Joint Base Andrews Food Services (DFAC), encompassing full food service operations for the Freedom Hall Dining Facility, In-Flight Kitchen, and specialized culinary support for the 89th Airlift Wing's Distinguished Visitor (DV) operations. This is an unrestricted solicitation, though preference is given to the Maryland Business Enterprise Program for the Blind (MBEPB) under the Randolph-Sheppard Act. Proposals are due by March 9, 2026, at 12:00 PM ET.
Scope of Work
The contractor will provide comprehensive food services at Joint Base Andrews (JBA), Maryland, including:
- Freedom Hall Dining Facility (Building 1628): Full meal service, carry-out options, and 24/7 operations, adhering to Department of Air Force (DAF) nutritional guidance.
- In-Flight Kitchen (Freedom Hall): Provision of boxed meals for passengers and crews supporting flying missions on a 24-hour basis, and for ground operations.
- 89th Airlift Wing (Building 1658): Full-culinary services for Distinguished Visitors (DV) operations, including main Flight Kitchen, Executive Flight Kitchen, and Brigade Kitchen support. This involves assisting, training, and advising Flight Attendants to meet nutritional and culinary demands. Key tasks include menu planning, food preparation and service, subsistence and material handling, housekeeping, sanitation, waste management, food service accounting, cashier services, and maintenance of Government-furnished equipment. The contractor must also be prepared to provide extended service hours and support during contingency operations.
Contract Details
- Solicitation Number: FA286026Q00030003
- Contract Type: Firm Fixed Price
- NAICS Code: 722310 (Food Services), Size Standard: $47,000,000.00
- Period of Performance: A base period from March 30, 2026, to March 29, 2027, with multiple option periods extending through March 2031.
- Place of Performance: Joint Base Andrews, MD.
Key Requirements & Evaluation
- Personnel: Secret Security Clearance is required for all personnel supporting the 89th Airlift Wing. Key personnel (Executive Chef, Sous Chef, First Cooks, Second Cook) are required for the Brigade Kitchen. A stable workforce with low turnover is expected.
- Compliance: Adherence to Air Force Manuals, FDA Food Code, and all applicable federal, state, and local regulations is mandatory.
- Collective Bargaining Agreement (CBA): Bidders must consider the existing CBA (Attachment 5) for incumbent employees in their proposals.
- Evaluation Factors: Proposals will be evaluated on three factors:
- Technical Capability (Acceptable/Unacceptable): Focusing on Management/Staffing Approach and Mobilization/Transition Approach.
- Price: Determined to be fair and reasonable.
- Past Performance (Satisfactory or higher): Requires up to three recent and relevant contracts (within the last three years, minimum six months duration), with at least one as a prime contractor. Points of Contact (POCs) are required for each reference.
- Weighting: Technical Capability and Past Performance combined are considered significantly more important than Price.
- Preference: While unrestricted, priority consideration is given to the Maryland Business Enterprise Program for the Blind (MBEPB) if their bid is within the competitive range and offers a fair and reasonable price.
- Registration: Vendors must be registered in SAM and WAWF prior to award.
Submission Details
- Offer Due Date: March 9, 2026, at 12:00 PM ET.
- Submission Method: Electronic submission via email to raffaele.simpson.ctr@us.af.mil and heather.roe.1@us.af.mil.
- Formatting: Offers must be complete, self-sufficient, and adhere to specified page limits (Technical Capability: 10 pages; Price Narrative: 5 pages plus Attachment 6; Past Performance: utilize survey attachment).
- Contact: Raffaele Simpson (raffaele.simpson.ctr@us.af.mil, 240-612-3717) or Heather L. Roe (heather.roe.1@us.af.mil, 240-612-3964).