W912L726QA006 777TH CAMP DODGE IA CATERED MEALS
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 Army is seeking proposals for Catered Meal Services for the 777th Support Maintenance Company (SMC) Annual Training at Camp Dodge, IA. This is a Total Small Business Set-Aside Request for Quote (RFQ) for commercial items. The period of performance is from April 19, 2026, through May 2, 2026. Quotes are due by Monday, April 7, 2026, at 1:00 pm CST/2pm EST.
Scope of Work
The contractor will provide catered breakfast and dinner meals for the 777th SMC Annual Training at Camp Dodge, IA. This requirement does not include lodging. Meals must be delivered to the designated Company Area at Camp Dodge, with specific feeding times of 06:00 am for breakfast and 6:00 pm for dinner. The contractor is responsible for providing all necessary personnel, equipment, tools, materials, supervision, and quality control. Estimated meal quantities are 1,925 breakfast meals and 1,750 dinner meals.
Contract Details
- Solicitation Number: W912L7-26-Q-0511
- Contract Type: Firm Fixed Price
- NAICS Code: 722320 (Caters)
- Small Business Size Standard: $9 Million
- Set-Aside: Total Small Business
- Period of Performance: April 19, 2026 – May 2, 2026
- Place of Performance: Camp Dodge, IA
Submission & Evaluation
Quotes are due by Monday, April 7, 2026, at 1:00 pm CST/2pm EST. The Government will award a contract to the responsible offeror whose quote is most advantageous, considering price and other factors. Evaluation factors include Technical capability (location per PWS, ability to meet PWS request), Past Performance, and Price. Technical and Past Performance, when combined, are considered more important than Price. Performance will be monitored via a Quality Assurance Surveillance Plan (QASP), with a key objective for meals to arrive on time and hot (98% acceptable quality level).
Key Clauses & Contacts
Applicable FAR clauses include 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5, and 52.225-1 (Buy America Act Supplies). For questions, contact Rhonda Lien at rhonda.m.lien.civ@army.mil or Teresa Baxter at teresa.a.baxter.civ@army.mil. SSG James Covert is listed as a Unit POC in the meal roster.