COOK SUPPORT AND DINING FACILITY ATTENDANT (DFA) WEST POINT USMA, NY
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 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 requirement supports the Army Food Program for cadet dining facilities. The resulting contract will be a Firm Fixed-Price (FFP) 8(a) Set-Aside. Proposals are due February 17, 2026, at 12:00 PM CDT.
Scope of Work
The contractor will provide qualified labor and management for continuous cook support and DFA services. This includes:
- Dining Facility Attendant (DFA) Mission: Facility sanitation and janitorial services in the Cadet Mess kitchen.
- Cook Support Mission: Food preparation and sanitation of cooking equipment and kitchen areas. The services augment the existing workforce to address temporary staffing shortages and maintain uninterrupted meal service. Key personnel requirements include an on-site Manager and supervisory staff with Food Protection Manager Certificates. Extensive training, safety, and security compliance are mandatory, as detailed in the Performance Work Statement (PWS).
Contract & Timeline
- Opportunity Type: Solicitation
- Solicitation Number: W5168W26RA018
- Contract Type: Firm Fixed-Price (FFP)
- Set-Aside: 8(a) Set-Aside (FAR 19.8)
- NAICS Code: 722310 (Food Service Contractors), Size Standard: $47M
- Period of Performance: Base period from May 8, 2026, to January 7, 2027, with option periods. A 30-day phase-in is required.
- Proposal Due: February 17, 2026, 12:00 PM CDT
- Technical Questions Due: February 10, 2026, 12:01 PM CDT
- Published: February 10, 2026
Evaluation & Submission
Award will be based on a Best Value tradeoff process. Past Performance is significantly more important than Price, while Technical Capability will be rated Acceptable/Unacceptable. Proposals must be submitted via email or PIEE Solicitation Module.
Key Attachments & Requirements
Bidders must review several critical attachments for proposal preparation:
- Performance Work Statement (PWS): Details the full scope, performance standards, and special requirements.
- Attachment B - Workload Data Capabilities: Provides historical feeding data, service schedules, and facility details crucial for staffing and resource estimation.
- Attachment G - Pricing Matrix & Attachment H - Staffing Matrix: Essential templates for submitting detailed pricing and staffing plans.
- Attachment L - Wage Determination: Outlines minimum wage rates and fringe benefits for New York, Orange County, under the Service Contract Act.
- Attachments P, Q, R: Relate to Past Performance submission, including a reference sheet, consent forms for subcontractors, and a questionnaire for references.
Contact Information
- Primary: Javelin M Carouthers (javelin.m.carouthers.civ@army.mil, 520-944-7249)
- Secondary: Alicia C. Thiessen (Alicia.C.Thiessen.civ@army.mil, 520-944-7220)