Fort Bragg Full Food Service (FFS) Bridge - RFI
ID: PANMCC029204Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY

NAICS

Food Service Contractors (722310)

PSC

OPERATION OF DINING FACILITIES (M1FD)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking contractors for the Fort Bragg Full Food Service (FFS) Bridge, aimed at ensuring uninterrupted food service operations at designated dining facilities on Fort Bragg, North Carolina. The procurement involves a bridge action for contract W9124J-19-D-0014, allowing for the issuance of additional task orders under an Indefinite Delivery Indefinite Quantity (IDIQ) framework, which includes comprehensive management of dining facilities, food preparation, serving, and sanitation, adhering to Army regulations and food codes. This contract is crucial for maintaining essential food services for Warfighters while a competitive follow-on contract is finalized, with an anticipated award date no later than January 22, 2026. Interested parties can reach out to primary contact John J. Machine at john.j.machine.civ@army.mil or secondary contact Darius T. Moore at darius.t.moore2.civ@army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for Full Food Service (FFS) at Fort Bragg, North Carolina, aiming to provide flexible, efficient, and cost-effective food services to Warfighters. The contract, awarded as a Performance Based Service Acquisition (PBSA), covers dining facility management, food handling, preparation, serving, field feeding, and sanitation. The five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract mandates adherence to various Army regulations and food codes. Key personnel, including Project and Dining Facility Managers, must meet specific experience and certification requirements. The PWS details comprehensive sanitation, administration, food preparation, and serving standards, with a focus on quality control, safety, and environmental compliance. It also outlines extensive training requirements for contractor employees, covering antiterrorism, OPSEC, information assurance, food safety, and threat awareness. Payment reductions are specified for non-compliance with performance standards.
    This Sources Sought Notice is a Request for Information (RFI) from the U.S. Army to gather market research for potential future full food service (FFS) requirements at Fort Bragg, North Carolina. The Army is seeking contractors to manage and operate seven dining facilities, providing all necessary resources including labor, equipment, and supplies for food receiving, preparation, serving, remote site feeding, and sanitation. This RFI is for planning purposes only and does not constitute a solicitation for bids or proposals. Interested businesses, particularly small businesses, are invited to submit capability statements by January 14, 2026, detailing their experience, financial capacity, and proposed approach to performing FFS operations. The Army is also soliciting feedback on how to structure future contracts to maximize competition among small businesses.
    The Mission & Installation Contracting Command (MICC) Fort Bragg is conducting market research through a sources sought synopsis for a systems refresh and 5-year warranty renewal for eight Mobile Marksmanship Training Simulators (MMTS) and two Warrior Skills Trainers (WST) weapons simulators. This is an informational request, not a solicitation for proposals. The effort involves installing new projectors and computers, repairing existing hardware, and providing an extended warranty for 10 Preliminary Live-Fire Simulator Systems (PLFS) at the Laser Shot facility in Stafford, Texas. Specific tasks include upgrading gaming computers and projectors, repairing various weapon system components, and replacing M9 simulated weapons with M17 simulated recoil weapons for MMTS units. The contractor will also conduct system surveys, perform technology refreshes, provide courseware updates, and maintain a clean worksite. The project has a 30-day completion estimate. Special requirements include a potential "Confidential" security classification and compliance with the Berry Amendment. The applicable NAICS codes are 334310 and 335999, with PSC 6930. Interested businesses should submit a capabilities statement by September 11, 2025.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Draft PWS for the MIOSS Program
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the Medical Simulation Training Center (MSTC) Instructor Operator Support Services (MIOSS) contract. This opportunity involves providing instructor/operator support for medical training aids, devices, simulators, and simulations (TADSS) to enhance the medical skills of Warfighters, particularly Combat Medics, through various training methods including classroom instruction and hands-on scenarios. The contract will encompass a range of requirements including non-personal services, personnel administration, quality assurance, and compliance with medical certification standards, ensuring comprehensive support for Army medical simulation training. Interested parties can direct inquiries to Carly Haning at carly.j.haning.civ@army.mil or Christina Minnon at christina.l.minnon.civ@army.mil, and should monitor SAM.gov for updates regarding the solicitation timeline and additional information.
    Army Targetry Systems (ATS) III, Multiple Award (MA), Indefinite- Delivery Indefinite-Quantity (IDIQ) base contracts
    Dept Of Defense
    The Department of Defense, through the Army, is seeking contractors for the Army Targetry Systems (ATS) III, which involves Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) base contracts. This procurement aims to support the development and provision of armament training devices, which are critical for military training and operational readiness. The contract, identified as W56HZV-18-D-0001, has been modified to enhance the capabilities of the ATS III program, ensuring that the Army has access to the necessary training systems. Interested parties can reach out to Delaney Tepel at delaney.e.tepel.civ@army.mil or Patricia Pierce at patricia.pierce3.civ@army.mil for further information regarding this opportunity.
    Life Cycle Sustainment (LCS) for the M777A2 Medium Towed Howitzer REDACTED D&F
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the Life Cycle Sustainment (LCS) of the M777A2 Medium Towed Howitzer. This procurement aims to ensure the operational readiness and longevity of the howitzer, which is a critical asset in the U.S. Army's artillery capabilities. The opportunity is categorized under miscellaneous weapons, reflecting the importance of maintaining and supporting advanced military equipment. Interested parties can reach out to Michael J. Gomez at michael.j.gomez50.civ@mail.mil or Kristina Catalano at kristina.l.catalano.civ@army.mil for further details regarding the contract specifics and requirements.
    U.S. Navy (USN) Tactical Combat Training System Increment II (TCTS II) and United States Air Force (USAF) equivalent P6 combat Training System (P6CTS)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Navy, is seeking contractors for the Tactical Combat Training System Increment II (TCTS II) and the United States Air Force equivalent P6 Combat Training System (P6CTS). The procurement involves providing supplies and services for the production, modernization, and sustainment of TCTS II/P6CTS assets, which include Airborne Subsystems, Ground Systems, Ancillary Mission Equipment, and Spares, along with various support services such as Program Management and Cyber Engineering. This initiative is critical for enhancing training capabilities for both the Navy and Air Force, ensuring that personnel are equipped with the latest technology and support. Interested parties can direct inquiries to Kurt Susnis at kurt.a.susnis.civ@us.navy.mil or Andrea Gordon-Eubanks at andrea.l.gordoneubanks.civ@us.navy.mil, with feedback on the draft solicitation due by January 23, 2026, and the contract performance period spanning from September 25, 2026, to September 25, 2030.
    F-16 Mission Modular Computer Repairs Sources Sought
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the repair, update, and modification of F-16 Modular Mission Computer (MMC) Line Replaceable Modules (LRM). The objective of this Sources Sought notice is to identify potential contractors capable of performing these repairs, with an estimated requirement of approximately 530 repairs per year. The MMC system is critical for the operational capabilities of the F-16 aircraft, making this procurement essential for maintaining defense readiness. Interested parties are encouraged to submit their capabilities and relevant information to the primary contact, Darin Rector, at daren.rector@us.af.mil by February 5, 2026, as this is not a solicitation but a market research effort to inform future procurement strategies.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Dept Of Defense
    The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.
    AH-64 Apache Longbow Crew Trainers (LCT) Virtual and Hardware Enhancements
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking enhancements for the AH-64 Apache Longbow Crew Trainers through a contract modification. This procurement aims to upgrade and field concurrency and functional technical enhancements for the Generation 4 and Generation 5 AH-64 Longbow Crew Trainer simulator, originally awarded to The Boeing Company. The enhancements are critical for maintaining the operational readiness and effectiveness of the Apache Attack Helicopter fleet. Interested parties can reach out to Contracting Officer Haleigh Dobbs at haleigh.m.dobbs.civ@army.mil or Lindsey N. Jordan at lindsey.n.jordan2.civ@army.mil for further details regarding this opportunity.
    MTS-A DMS Retro Fit Market Research Update
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is conducting market research for the MTS-A DMS Retro Fit project, which involves the production and support of a proprietary retro-fit replacement for the Electro-Optical/Infrared (EO/IR) Sensor HC-130J and its subsystems. This sole source requirement is aimed at developing a Retro-Fit Kit, establishing a production line, and providing necessary repairs and initial spares, all under a 10-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a basic 5-year period and an option for an additional 5 years. Interested parties are encouraged to submit capability statements or proposals by January 15, 2026, with inquiries directed to Darryl Baker at darryl.baker.6@us.af.mil or Philip Earthly at philip.earthly.1@us.af.mil.
    LRPM Launched Effects – Medium Range (LE MR) lethal capability – Systems Integration
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking capability statements from interested businesses for the Long Range Precision Munition (LRPM) Launched Effects – Medium Range (LE MR) lethal capability project. This initiative aims to identify a prime system integrator to develop a lethal munition system that provides Army Aviation and Ground Forces with precise, long-range capabilities exceeding 100 kilometers against Integrated Air Defense Systems (IADS) in complex environments. The project involves integrating a U.S. Government-designed payload with a commercially available or modified unmanned air vehicle, with an anticipated funding range of $100 million to $200 million and a prototype award expected in October 2026, followed by deliveries from June 2027 to September 2031. Interested parties should submit their capability statements to Andrea S. Dixon at andrea.s.dixon1.civ@army.mil by January 29, 2026.
    Implementation of Advanced Government Simulation Capabilities (IAGSC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry participation for the Implementation of Advanced Government Simulation Capabilities (IAGSC) through a Sources Sought notice. This initiative aims to acquire non-personal services for software development, modeling and simulation integration, advanced research and development, cybersecurity measures, and lifecycle software testing, all critical for enhancing the capabilities of various DoD systems. The anticipated contract will be a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) with a ceiling of approximately $750 million, and it is expected to span a five-year ordering period with an additional five-year option. Interested parties must submit their responses, including a capabilities white paper and feedback on the draft Performance Work Statement, by March 28, 2025, and are encouraged to participate in an Industry Day scheduled for April 15, 2025, at Wright-Patterson Air Force Base, Ohio. For further inquiries, contact Carmen Mertz at carmen.mertz@us.af.mil or Austin Hurst at austin.hurst.2@us.af.mil.