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 Department of the Army, through the Mission and Installation Contracting Command – Installation Readiness Center (MICC-IRC), is soliciting proposals for Cook Support and Dining Facility Attendant (DFA) services at the United States Military Academy (USMA) Cadet Mess in West Point, NY. This 8(a) Small Business Set-Aside opportunity will result in a Firm Fixed-Price (FFP) contract. Proposals are due by February 23, 2026, at 12:00 PM local time.
Scope of Work
The contractor will provide qualified labor and management to augment the existing food service workforce, ensuring continuous cook support and DFA services under the Army Food Program. Key tasks include:
- Facility sanitation and janitorial services in the Cadet Mess kitchen.
- Food preparation and sanitation of cooking equipment and kitchen areas.
- Providing personnel for roles such as Lead Cook/Cook II, Cook I, Lead DFA, and DFA for DFAC Building 745 operations. Workload requirements are detailed in Attachment B, and a sample menu is provided in Attachment S.
Contract Details
- Solicitation Number: W5168W26RA018
- Contract Type: Firm Fixed-Price (FFP)
- NAICS Code: 722310 (Food Service Contractors, Size Standard: $47M)
- Product Service Code: M1FD (Operation Of Dining Facilities)
- Period of Performance: Base period from May 8, 2026, to January 7, 2027, with option periods.
- Place of Performance: West Point, NY (specifically Washington Hall / Building 745).
- Set-Aside: 8(a) Small Business Set-Aside.
Evaluation & Submission
Proposals will be evaluated using a Best Value tradeoff process. Past Performance is significantly more important than Price, and Technical Capability will be rated Acceptable/Unacceptable. Offerors must submit proposals in four volumes: Solicitation Documents, Technical, Past Performance, and Price. Proposals are due by February 23, 2026, at 12:00 PM local time. Submissions can be made via email or the PIEE Solicitation Module. Technical questions were due by February 10, 2026.
Additional Notes
No site visit will be conducted; offerors should utilize provided PWS and attachments. The contractor is responsible for providing uniforms, while the Government will supply other necessary items. Compliance with the Service Contract Act Wage Determination (Attachment L) is required. Subcontractor/teaming partner consent forms for past performance (Attachment Q) are crucial.