USARC Simulation Refit & Warranty
ID: PANMCC029204Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FDO FT BRAGGFORT BRAGG, NC, 28310-0000, USA

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

OPERATION TRAINING DEVICES (6930)
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
    Loading similar opportunities...