G4 - Camp Guernsey DFAC IDIQ
ID: W912L325RA005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N9 USPFO ACTIVITY WY ARNGCHEYENNE, WY, 82009-3338, USA

NAICS

Food Service Contractors (722310)

PSC

HOUSEKEEPING- FOOD (S203)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the G4 - Camp Guernsey DFAC IDIQ contract, which involves providing full food services at Camp Guernsey, Wyoming. This firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract aims to deliver comprehensive dining services, including breakfast, lunch, and dinner, to military personnel, with an estimated contract value of up to $47 million over its duration. The contract emphasizes compliance with federal acquisition regulations and requires adherence to strict quality control and nutritional standards, with meal estimates varying significantly based on training requirements. Interested parties must submit their proposals by 16:30 MST on August 22, 2025, and can direct inquiries to Benjamin Taylor at benjamin.c.taylor10.mil@army.mil or Nickolas Woske at nickolas.l.woske.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a 21-day menu plan for the National Guard, detailing daily meal options for breakfast, lunch, and dinner. Each day specifies various recipes, portion sizes (typically 100 units, with some exceptions), and accompanying beverages and condiments. The menu features a diverse range of dishes, including staples like assorted dry cereal, fried eggs, hot oatmeal, various meats (e.g., beef stew, roasted pork loin, baked chicken, grilled ham slices), and a variety of sides such as different types of potatoes, vegetables (e.g., broccoli, carrots, green beans), rice, and breads. Desserts like cakes, cookies, and pies are also included. Beverages consistently include coffee, iced tea, milk (1% individual and bulk), and various Kool-Aid flavored drinks. The document emphasizes a structured, repetitive meal plan designed for a 21-day cycle, ensuring a consistent and varied food supply for personnel.
    The document, Solicitation No. W912L3-25-R-A005, pertains to the Camp Guernsey DFAC IDIQ project, outlining government responses to submitted Requests for Information (RFIs). Key details include the absence of a site visit, with drawings and equipment listings provided as part of the solicitation. This is not a new contract; the current contract is W912L3-24-D-0001 valued at an estimated $616,000, effective from September 28, 2024, to September 27, 2025. The government clarified that disposable plates and silverware are acceptable only for to-go, sack, and mermite meals, while government-provided items must be used for dine-in meals. Meal estimates vary significantly based on training requirements, ranging from 150-400 meals per day during off-peak months to over 1000 meals during peak AT (Annual Training) months. Labor categories are left to the contractor's discretion. Invoices for meals provided will be submitted at the end of each order's performance period, using Schedule B for price evaluation. Additionally, minimum beverage choices include milk, juice, and water, with government-furnished property (GFP) for vending these and carbonated drinks.
    This Performance Work Statement (PWS) outlines requirements for full food services at Camp Guernsey, Wyoming, under a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The contractor must provide all personnel, equipment, and supervision to manage a dining facility seven days a week from 05:30-20:00, adhering to USDA, FSIS, and NRA standards. Key aspects include strict quality control, compliance with installation access and security protocols (including AT Level 1 and iWATCH training), and physical security measures like key control. The contractor must designate a qualified, on-site Dining Facility Manager and Shift Leaders, ensuring all staff pass background checks and possess necessary certifications. The PWS details requirements for meal preparation, nutritional standards (minimum 700 kCals), carry-out options, and sanitation. The government provides the facility, some equipment, and utilities, while the contractor is responsible for expendable cleaning supplies and uniforms. The document also specifies billing procedures, cancellation policies, and outlines government surveillance methods to ensure compliance.
    The document, Attachment 3 – Schedule B (W912L3-20-R-2005), outlines estimated costs for "NON-CLINICAL CASE MANAGEMENT SERVICES," although the project titles within the document refer to "CAMP GUERNSEY DFAC SERVICES" and "BEHAVIORAL HEALTH SERVICES." This file, marked "For Official Use Only (FOUO)" and "INFORMATION SENSITIVE," details a cost breakdown for a base year from September 28, 2025, to September 27, 2026, and an option to extend services for six months. The cost elements include labor, materials/services, information technology support, subcontractors/consultants, other direct costs, overhead, profit, and travel, with all cost fields currently listed as zero. The document appears to be a template for a federal government Request for Proposal (RFP) or a similar procurement document, where vendors would provide their cost estimates for the specified services.
    The "Camp Guernsey DFAC IDIQ" document outlines proposal preparation instructions for a federal government Request for Proposal (RFP) (W912L3-25-R-A005). Proposals are due by 16:30 MST on August 22, 2025, with Requests for Information (RFIs) due by August 7, 2025, and answers posted on SAM.gov. Proposals must adhere to all solicitation requirements and are divided into three parts: Part I – Price Proposal (completing Attachment 3 – Schedule B and providing unit/extended prices), Part II – Technical Proposal (max 15 pages, including a Quality Control Plan, Narrative and Materials, and Key Personnel details with resumes, specifically for the Dining Facility Manager), and Part III – Past Performance Information (max two Past Performance Questionnaires (PPQs) and references for similar contracts within five years). The document stresses the importance of adhering to page limits and formatting guidelines to ensure equitable evaluation.
    The government's Dining Facility IDIQ contract W912L3-25-R-A005 is a competitive best-value procurement prioritizing past performance equally or more than price. Offers are initially ranked by price, with the five lowest-priced technical proposals evaluated on a pass/fail basis for technical acceptability, focusing on Quality Control Plan, Narrative and Materials, and Key Personnel. A Dining Facility Manager, with specific qualifications, is a mandatory key personnel role. A Performance Confidence Assessment, based on past and present efforts, determines an offeror's likelihood of success. The process seeks an offeror with a Substantial Confidence rating among the lowest-priced technically acceptable bids. The contract may be awarded without discussions, but the government reserves the right to conduct them.
    RFP W912L3-25-R-A005, Attachment 6, is a Past Performance Questionnaire designed to evaluate the experience and capabilities of offerors for government contracts. It requires detailed information about past projects, including project name, location, the offeror's involvement (prime, sub-contractor, joint venture, or other), and the project owner's contact details. The questionnaire delves into the technical and contracting points of contact, contract type, nature, scope, and current status of work, including details on completion dates and reasons for any delays. Financial aspects like initial contract price and final invoiced amounts, along with explanations for discrepancies, are also requested. Furthermore, it seeks information on problems encountered, solutions implemented, and any safety issues or accidents. The document also asks for the names and statuses of key personnel. This attachment is crucial for assessing an offeror's past performance, ensuring they meet the necessary criteria for future government contracts.
    The document outlines the architectural floor plan for the Camp Guernsey Dining Facility in Wyoming, developed by Haskell Architects and Engineers. The facility is designed to seat 236 people and includes various functional areas such as dining, food preparation, serving, dry storage, scullery, offices, locker rooms, toilets, and mechanical/electrical rooms. Key features include floor troughs with specific dimensions and recesses, a walk-in cooler, and a walk-in freezer. The plan also details the placement of various fixtures and equipment, including a 3-section reach-in freezer with different material options and standard features like an R-404A refrigeration system, polyurethane foam insulation, and self-closing doors. Modifications for an additional 3-bay reach-in freezer are noted, along with provisions for future expansion and facility maintenance. The document includes detailed measurements, room numbers, and a legend for card readers, with revision dates for the project.
    The Performance Work Statement (PWS) outlines the requirements for a Full Food Service dining facility at Camp Guernsey, Wyoming, under a firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The contractor is tasked with managing all personnel, equipment, and quality control necessary for operational efficiency. The contract is set for one base year, requiring adherence to standards set by the USDA and other regulatory bodies. Key operational hours are specified, along with the requirement for uniformed personnel to receive prioritized service. The contractor must ensure compliance with quality control plans and is responsible for maintaining an adequate workforce, managing service delivery, and adhering to local security protocols. Additionally, the PWS stipulates equipment and property provisions, outlines contractor obligations regarding food safety, sanitation practices, personnel qualifications, and the management of deliverables and reporting. The PWS emphasizes overall quality management, with a robust performance evaluation framework in place guided by customer feedback. Regular training for contractor staff on security and safety protocols is mandated. This document serves as a comprehensive guide for bidding and fulfilling food service operational requirements, emphasizing quality, safety, and regulatory compliance.
    The document outlines a request for proposal (RFP) for non-clinical case management services at Camp Guernsey, specifically covering DFAC (Dining Facility) services. The project is scheduled for a base year from September 28, 2025, to September 27, 2026, with an option to extend services for six additional months. The estimated costs are itemized but remain undisclosed for various elements including labor, materials, subcontractors, information technology support, and overhead. Each expense category is presented with placeholders for estimated hours, unit costs, and totals. The document emphasizes that all cost estimates are sensitive and for official use only. This RFP is aimed at soliciting bids from potential contractors to provide necessary services within specified budgetary constraints, reflecting a common practice in government procurement to ensure accountability and transparency in spending taxpayer dollars while facilitating the provision of essential services in a military setting.
    The document outlines the proposal preparation instructions for the Camp Guernsey DFAC Indefinite Delivery Indefinite Quantity (IDIQ) contract (W912L3-25-R-A005). It establishes critical timelines for requests for information and proposal submissions, emphasizes compliance with solicitation requirements, and details the evaluation factors affecting offeror eligibility. Proposals must consist of three parts: Price Proposal, Technical Proposal (limited to 15 pages), and Past Performance Information. The technical portion should include a Quality Control Plan, a narrative demonstrating the approach to work requirements, and a list of key personnel, including a Dining Facility Manager with specific qualifications. The Past Performance section necessitates references from similar contracts within the last five years, focusing on customer satisfaction and performance quality. It also includes instructions on subcontractor consent and pagination limits. This document serves to guide potential contractors in preparing compliant and competitive proposals for government contracts, reflecting the stringent evaluative and regulatory standards typical in federal contracting processes.
    The document outlines the basis for contract award for the Dining Facility Indefinite Delivery Indefinite Quantity (IDIQ) contract (W912L3-25-R-A005), emphasizing a competitive best value selection process that prioritizes past performance history alongside price. The evaluation includes initial price ranking, followed by technical acceptability assessments focusing on a Quality Control Plan, narrative materials demonstrating methodology, and relevant qualifications of key personnel, particularly the Dining Facility Manager. The assessment evaluates the offeror's past performance, with emphasis on relevant contracts executed within the last five years. Based on a confidence assessment ranging from "Substantial Confidence" to "Unknown Confidence," the government will select awardees without discussions unless more details are required. Clear requirements and expectations for documentation ensure that all evaluated offers are consistent with the solicitation's criteria, promoting value and reliability while maintaining high standards of food service management. The process outlined ensures rigorous scrutiny and compares performance records to ascertain the most qualified contractors for the dining facility operations.
    The document is an attachment for a Request for Proposal (RFP) W912L3-25-R-A005, specifically a Past Performance Questionnaire. Its main purpose is to collect detailed feedback on a contractor's involvement in previous projects to assess their reliability and performance history. Key elements include the project name and location, type of contractor involvement (Prime, Sub-Contractor, Joint Venture), project owner contact details, and a comprehensive description of the contract, including nature, scope, and status. The questionnaire captures essential project specifics such as completion dates, contract pricing, any issues encountered, and safety records. It also requires listing personnel involved, their status, and encourages submission of any appreciation letters related to the project. The information gathered is invaluable for evaluating the contractor's past performance in light of future governmental contracting opportunities, ensuring accountability and assessing qualifications for future projects. Overall, the document is structured to facilitate a thorough assessment of past performance, which is critical in the competitive context of government contracting.
    The document details the architectural floor plan and specifications for a dining facility located at Camp Guernsey, Wyoming. It outlines the spatial layout of various areas including dining, kitchen, locker, restrooms, and mechanical spaces, with detailed dimensions provided for each segment. Notable features include specified clearances for equipment installation, such as walk-in coolers and refrigeration units, as well as a mention of a future expansion plan. The document indicates the need for precise compliance with safety regulations and facility standards, underlining the project's focus on capacity (236 seats) and functionality. Additionally, it references specific heating and cooling systems, along with accompanying cabinetry and equipment specifications for food storage solutions. The plan serves as a guiding reference for contractors and project managers involved in the construction and operational setup of the facility, emphasizing logistical coordination and structure in the proposal. This summary reflects the document's purpose of providing a comprehensive design blueprint amid federal grant considerations.
    The Wyoming National Guard is set to release a Request for Proposals (RFP) for a single firm fixed-price contract for food service management at a dining facility. This initiative is exclusively reserved for small businesses, adhering to the NAICS Code 722310, which has a small business size standard of $47 million. The anticipated contract duration is one year from the notice to proceed, including an inspection phase. The solicitation will likely be issued around July 23, 2025, with a closing date expected on or around August 22, 2025. Proposals will be evaluated based on technical capability, past performance, and price, and the government intends to make an award without discussions. Interested parties must register with the System for Award Management (SAM) at no cost, and all communication regarding the RFP must be written, preferably via email. This document outlines the procedural framework for procurement while emphasizing compliance and registration requirements for interested vendors.
    This government solicitation, W912L325RA005, is an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for providing full food services, specifically breakfast, lunch, and dinner, at Camp Guernsey, Wyoming. The contract, valued at up to $47,000,000.00, runs from September 28, 2025, to September 27, 2026, with an option to extend services until March 27, 2027. It outlines various FAR and DFARS clauses governing commercial products and services, including those related to small business set-asides, combating trafficking in persons, and electronic payment systems like Wide Area WorkFlow (WAWF). The solicitation details ordering limitations, such as minimum and maximum meal quantities per order, and references several attachments including a Performance Work Statement (PWS) and Wage Determination. The overall purpose is to secure comprehensive dining services for the military installation, emphasizing compliance with federal acquisition regulations.
    This document outlines a solicitation for a contract specifically set aside for Women-Owned Small Businesses (WOSB) and provides details for the provision of food services at Camp Guernsey, WY. It specifies a delivery order for breakfast, lunch, and dinner meals with an estimated total quantity of 20,000 meals for each meal type during the performance period from September 28, 2025, to September 27, 2026. The contract allows for extensions with additional quantities up to 10,000 meals of each type through March 27, 2027. Additionally, it incorporates numerous Federal Acquisition Regulation (FAR) clauses related to contract terms, compliance, payment methods, and prohibitions regarding certain telecommunications and services. The solicitation emphasizes the importance of adhering to labor standards, ethical conduct, and procurement regulations applicable to small businesses. By encouraging engagement with WOSB and including specific clauses, the document seeks to promote equitable contracting opportunities while ensuring compliance and safeguarding government interests. This solicitation reflects a broader governmental initiative to enhance diversity in federal procurement, particularly emphasizing support for women-owned and economically disadvantaged businesses.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    151 ESB Catered Meals 5JAN-10APR 2026
    Buyer not available
    The Department of Defense, through the U.S. Army, is seeking proposals from qualified small businesses to provide catered meals for the 151st Enhanced Separate Brigade (ESB) from January 5, 2026, to April 10, 2026. The contract requires the delivery of 2,269 hot catered lunches, adhering to specific food safety regulations and the South Carolina Army National Guard's FY25 14 Day Menu, with all meals delivered buffet-style or in appropriate containers. This procurement is critical for supporting the annual training of the brigade, ensuring that service members receive nutritious meals during their training period. Interested contractors must submit their proposals by December 18, 2025, and can contact Kevin Esber at kevin.j.esber.mil@army.mil or 803-299-1450 for further information. The estimated total award amount for this contract is $9,000,000.
    VTARNG RTI Full Food Service JAN - JUN 2025
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking qualified small businesses to provide full food service support for training courses at the Vermont Regional Training Institute from January to June 2025. The procurement includes delivering hot meals and light cleaning services across multiple periods, with specific quantities outlined for breakfast, lunch, and dinner throughout the contract duration. This opportunity is crucial for ensuring that service members receive adequate nutrition during their training, reflecting the government's commitment to supporting small businesses in federal contracting. Interested parties must submit their quotes by December 19, 2024, and can direct inquiries to Kathleen O'Neill at kathleen.b.oneill.civ@army.mil or Donald Luby at donald.j.luby.civ@army.mil.
    Meal Services for JCLC Gruber
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide meal services for the JCLC Gruber at Camp Gruber in Braggs, Oklahoma. The procurement aims to fulfill the food service needs for military personnel, ensuring that quality meals are available to support their operational readiness and well-being. This opportunity is critical as it directly impacts the morale and health of service members stationed at the facility. Interested parties can reach out to Jennifer L. King at jennifer.l.king76.civ@army.mil or by phone at 502-624-1006 for further details regarding the contract requirements and submission process.
    W912L725RA007 SMYRNA DFAC SOLICITATION 2026-2031
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for dining facility services at the Smyrna Training Site for the Tennessee National Guard, under solicitation number W912L725RA007. The contract, which is a total small business set-aside, requires the contractor to provide comprehensive food services, including meal preparation, serving, and management, while adhering to strict sanitation and security standards. This five-year firm-fixed-price contract includes a one-year base period and four optional one-year extensions, with services expected to commence in February 2026. Proposals are due by December 22, 2025, at 11:00 AM CST, and interested parties should direct inquiries to Rhonda Lien at rhonda.m.lien.civ@army.mil.
    Salt Lake City Military Entrance Processing Station Noon Meals
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting quotes from qualified vendors to provide noon meals for applicants at the Salt Lake City Military Entrance Processing Station (MEPS). The contract requires the provision of boxed meals, specifically submarine sandwiches and accompanying items, adhering to strict food safety and sanitation standards, with service expected Monday through Friday, and some Saturdays, excluding holidays and training days. This procurement is crucial for supporting the nutritional needs of Armed Forces applicants during their processing, ensuring they receive adequate meals in a timely manner. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by December 23, 2025, with a total estimated award amount of $47,000,000.00 for the contract period, which includes a base year and two one-year options. For further inquiries, vendors can contact Adam Buchert at adam.p.buchert.civ@army.mil or Tara E. Glass at tara.e.glass.civ@mail.mil.
    RTI 13M Schoolhouse Meals
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the RTI 13M Schoolhouse Meals contract, which involves providing three daily meals for scheduled training at the Regional Training Institute in Sioux Falls, South Dakota. The contractor will be responsible for all personnel, equipment, tools, materials, supervision, and quality control necessary to deliver meal services from April 16th to November 20th, 2026. This service is crucial for supporting the training operations at the institute, and the contract will be awarded as a Firm Fixed Price under a Total Small Business Set-Aside. Interested vendors must submit their quotes via email by January 7th, 2026, and all inquiries should be directed to Andrew Kennedy by December 11th, 2025, with responses expected by December 17th, 2025.
    Prepared Delivered Meals, Bowling Green VA
    Buyer not available
    The Department of Defense, through the Virginia Army National Guard, is soliciting blanket purchase agreements for the provision of prepared delivered meals in Bowling Green, Virginia. The procurement aims to secure breakfast, lunch, and dinner meals, with a total contract ceiling of $350,000 over a maximum period of 60 months, ensuring that meals meet specific nutritional and quality standards. This initiative is crucial for supporting the dietary needs of military personnel, with individual orders ranging from a minimum of $1.00 to a maximum of $25,000. Interested vendors must submit their quotes electronically by December 9, 2025, and direct any inquiries to Curtis L. Gardner at curtis.l.gardner6.civ@army.mil by November 21, 2025.
    Vermont national Guard Army Mountain Warfare School Full Food Service
    Buyer not available
    The Department of Defense, specifically the Vermont Army National Guard, is seeking qualified contractors to provide Full Food Service for the Army Mountain Warfare School (AMWS) located at 100 Lewis Chapel Road, Jericho, Vermont. This procurement aims to support the operational needs of the AMWS, which plays a crucial role in training soldiers in mountain warfare tactics and techniques. The opportunity is set aside for small businesses under the SBA guidelines, with the relevant NAICS code being 722310 for Food Service Contractors. Interested parties can reach out to Joel Greer at joel.m.greer.civ@army.mil or by phone at 802-338-3190 for further details regarding the solicitation process.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Ground Based Strategic Deterrent Consolidated Maintenance Facility at F.E. Warren Air Force Base in Wyoming. This project aims to establish a facility that will support the maintenance and operational readiness of strategic deterrent systems, which are critical for national defense. The solicitation is open to both large and small businesses, and interested vendors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) to access the necessary specifications and drawings. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to follow the registration instructions outlined in the solicitation documents.
    Beckley MEPS Noon Meals
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals from Women-Owned Small Businesses (WOSB) to provide boxed noon meals (sub sandwiches) for applicants processing at the Beckley Military Entrance Processing Station (MEPS) in Glen Jean, West Virginia. The contract will cover a base period and two option periods, spanning from January 2026 to December 2028, with a Firm Fixed Price arrangement and a guaranteed minimum of $1,500 for the base period. These meals are essential for supporting the processing of military applicants, ensuring they are adequately nourished during their visit. Interested parties must submit their proposals, adhering to the evaluation criteria based on technical acceptability and past performance, with the award going to the lowest-priced technically acceptable offeror. For further inquiries, contact Olivia Y. Aguilar at olivia.y.aguilar.civ@army.mil or 520-945-8948, or Amy Gawarecki at amy.l.gawarecki.civ@army.mil or 520-945-8989.