West Point Cadet Mess Dining Facility Attendant (DFA) and Cook Support Services
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's Mission and Installation Contracting Command (MICC-IRC) is soliciting proposals for Cook Support and Dining Facility Attendant (DFA) Services at the United States Military Academy (USMA) in West Point, NY. This is an 8(a) Set-Aside for a Firm Fixed-Price (FFP) contract to augment the existing food service workforce. Proposals are due by February 23, 2026, at 12:00 PM local time.
Scope of Work
The contractor will provide qualified labor and management for continuous cook support and DFA services in the cadet dining facilities, primarily Building 745 (Cadet Mess). Services include:
- Cook Support: Food preparation, sanitation of cooking equipment, and kitchen areas.
- DFA Services: Facility sanitation and janitorial services in the Cadet Mess kitchen. The Performance Work Statement (PWS) details performance standards, including Acceptable Quality Levels (AQLs) and surveillance methods. The contractor is responsible for all resources (labor, equipment, materials) except Government Furnished Property (GFP).
Contract Details
- Contract Type: Firm Fixed-Price (FFP)
- NAICS Code: 722310 (Food Service Contractors), Size Standard: $47,000,000.00
- Product Service Code (PSC): M1FD (Operation Of Dining Facilities)
- Set-Aside: 8(a) Set-Aside (FAR 19.8)
- Period of Performance: A 1-month phase-in period, followed by a base period from May 8, 2026, to January 7, 2027, with potential option periods.
- Place of Performance: US Military Academy, West Point, NY 10996.
Key Requirements & Deliverables
- Personnel: Requires a full-time, on-site Manager (5+ years experience, Food Protection Manager Certificate), an Equipment Facility and Service Assistant, and supervisory personnel with certifications. Background checks and E-Verify are mandatory.
- Training: Employees must complete various training, including Food Sanitation and Safety, DoD Level I Antiterrorism, OPSEC, and Sexual Harassment/Assault Prevention.
- Quality Control: Development and maintenance of a Quality Control Plan (QCP) is required.
- Reporting: Various reports are required, including training status, performance reviews, and an Adverse Weather Plan.
- Workload Data: Attachment B provides critical workload data, service schedules, and historical feeding numbers for accurate staffing and cost estimation.
- Pricing & Staffing: Bidders must use Attachment G (Pricing Matrix) and Attachment H (Staffing Matrix) for proposal submission, adhering to the Service Contract Act (SCA) Wage Determination (Attachment L).
Submission & Evaluation
- Proposal Due Date: February 23, 2026, at 12:00 PM (noon) local time.
- Submission Method: Via email or PIEE Solicitation Module.
- Technical Questions Due: February 10, 2026, at 12:01 PM CDT.
- Evaluation: Best Value tradeoff process. Technical Capability will be rated Acceptable/Unacceptable. Past Performance is significantly more important than Price. Proposals must be submitted in four volumes: Solicitation Documents, Technical, Past Performance, and Price.
- Past Performance: Offerors should ensure references are prepared to complete the Past Performance Questionnaire (Attachment R). Subcontractor/teaming partner consent forms (Attachment Q) are required for past performance disclosure.
Important Notes
An amendment extended the proposal deadline and updated the Product Service Code. A Collective Bargaining Agreement (CBA) is not applicable for this new procurement, but a sample CBA will be posted for reference. No site visit will be conducted; offerors must rely on provided documents, including facility pictures (Attachment F3) and a sample menu (Attachment S). The contractor will provide uniforms, but the Government will provide all other supplies and equipment.