This is a Sources Sought Synopsis (SSS) ONLY. The U.S. Government desires to procure the Dining
Facility Attendant (DFA) and Cook Support Services requirements on a small business set-aside basis
provided two or more qualified small businesses respond to this SSS with information sufficient to
support a set-aside. Your responses to the information requested will assist the Government in
determining the appropriate acquisition method, including whether a set-aside is possible. We
encourage all small business concerns in all socioeconomic categories (i.e., Small Disadvantage
Business (SDB), 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled
Veteran-Owned Small Business (SDVOSB), Economically Disadvantaged Women- Owned Small Business
(EDWOSB), and Women-Owned Small Business concerns (WOSB), to identify their capabilities in meeting
the requirement at a fair market price.
This notice is issued solely for information and planning purposes – it does not constitute a
Request for Quotation (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP) or a promise
to issue an RFQ, IFB or RFP in the future. This notice does not commit the
U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking
quotes, bids or proposals at this time and will not accept unsolicited proposals in response to
this Source Sought Synopsis. The U.S. Government will not pay for any information or administrative
costs incurred in response to this notice. Submittals will not be returned to the responder. Not
responding to this notice does not preclude participation in any future RFQ, IFB, or RFP, if any is
issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry
(GPE). It is the responsibility of potential offerors to monitor the GPE for additional information
pertaining to this requirement. The GPE is located at sam.gov.
BACKGROUND: The need is anticipated for the food service requirements at the location listed below.
Attached are the draft Performance Work Statement (PWS) and Performance Requirements Summary (PRS).
The Government does not currently contract for these services.
The contractor shall provide quality services in support of the installation food service program
that supports the Warfighter with flexible, efficient and cost-effective service. The service
outlined in this requirement encompasses DFA and Cook Support Services include, but are not limited
to, receiving, storing, preparing, requisitioning, and serving food. This requirement requires the
contractor to provide all resources except Government Furnished Property (GFP), to include labor,
equipment, tools, materials, supervision and other associated work efforts for food service
management, food production, and for the dining facility located at West Point Cadet Mess
Washington Hall (USMA), New York. The contractor shall provide quality services in support of the
installation
food service program that supports the Warfighter with flexible, efficient and cost- effective
service.
The NAICS code assigned to this acquisition is 722310, Food Service Contractors, with a
corresponding size standard of $47M.
PURPOSE OF THIS SOURCES SOUGHT: To request information on the capabilities of potential offerors to
provide the services described herein to determine if this will be set aside.
Electronic submissions only: Responses are due no later than 12:00pm CST on 20 January 2026 to
facilitate planning and ensure maximum consideration. The email attachments cannot exceed 9
megabytes (MB) due to the Government’s email system restrictions. DO NOT SEND ZIPPED files as the
Government’s network will remove all zipped files.
Interested business concerns should provide a brief capabilities statement package (submissions are
limited to no more than 15 pages in length, single spaced, and 12 fonts minimum) demonstrating its
capabilities in reference to this requirement. A generic capability statement is not acceptable. No
specific format is mandated. The Government prefers that your firm submits its response in
Microsoft Word, Adobe Acrobat, or a combination of both and the document must be searchable.
Include: Whether the experience has been as a prime contractor or subcontractor) on similar
requirements (include the services provided, the number of facilities involved, and any other
relevant information you deem applicable).
The capability package shall be sent by email to the following:
DeOndrea Melendez, Contract Specialist, at email: deondrea.c.melendez.civ@army.mil Javelin
Carouthers, Contracting Officer, at email: javelin.m.carouthers.civ@army.mil
Your email subject line should reflect: Firm’s Name, Response to the Sources Sought Synopsis for
the Dining Facility Attendant (DFA) and Cook Support Services at West Point United States Military
Academy W5168W-26-R-A018. Note: the location(s) and corresponding solicitation number that you are
responding to must be identified on the subject line. The size limit of each email, with all
attachments, cannot exceed 9 megabytes (MB) due to the Government’s email system restrictions.
In response to this Sources Sought, please provide:
1. A company profile to include name of your firm, point of contact, phone number, email address,
number of employees, annual revenue history, CAGE code, and Unique Entity ID (UID). Respondents
must also indicate whether they qualify as a Small Business, SDB, 8(a), EDWOSB, WOSB, HUBZone, or
SDVOSB.
2. The key tasks you believe need to be accomplished to be successful in a DFA and Cook Support
Services operation. In essence, what key tasks should be used for determining minimum capability to
provide these services?
3. Whether your firm is interested in competing for this requirement solely as a prime contractor
or if you plan on subcontracting any of the services and/or contemplating a Joint Venture or
creating a teaming arrangement, please provide the name of these companies and what work they will
be performing, if available. Please provide your company’s specific experience in operating a
dining facility and providing comparable services. Ensure the information is in sufficient detail
regarding previous experience in managing DFA and Cook Support Service operations (indicate whether
the experience has been as a prime contractor or subcontractor) on similar requirements and include
any services provided such as but not limited to attendants, custodial food prep, facility, etc.,
the number of meals typically served, the number of facilities involved, and any other relevant
information you deem applicable). If applicable, please provide the same experience information
from any subcontracts, Joint Venture, and/or teaming partners you may propose with.
4. What percentage of work will be performed by the small business prime contractor and all
similarly situated entity subcontractors. Note: In accordance with FAR 52.219-14 Limitations on
Subcontracting (Oct 2022).
5. Type(s)/certifications(s) of proposed subcontractors (such as SDB, 8(a), HUBZone, SDVOSB, and
WOSB).
6. Information on the financial capacity of your business to meet financial obligations (i.e.,
payroll, payment of subcontractors, etc.).
7. How the Army can best structure these contract requirements to facilitate competition with and
among small business concerns.
8. Identify any condition or action that may have the effect of unnecessarily restricting
competition with respect to this acquisition. Please contact the MICC Advocate for Competition,
Scott Kukes at email: scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action
is unreasonably restricting competition. Include the subject of the acquisition, this announcement,
and the MICC POC information from the notice on sam.gov. Provide the specific aspects that
unreasonably restrict competition and the
rationale for such conclusion.