Dining Facility Services - Mess Attendants & Contingency Cooks
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 U.S. Air Force is soliciting proposals for Dining Facility (DFAC) Mess Attendant and Contingency Cook Services at Royal Air Force (RAF) Lakenheath and RAF Mildenhall in the United Kingdom. This is an unrestricted Request for Quotation (RFQ) seeking a qualified provider for a five-year contract. Quotes are due by April 10, 2026, at 2:00 PM GMT.
Scope of Work
The contractor will provide comprehensive mess attendant services, including maintaining cleanliness, sanitation, organization, serving meals, washing dishes, waste disposal, basic food preparation, and cashier services at the Knights Table, Hot Pit Small Site (RAF Lakenheath), and Gateway (RAF Mildenhall) dining facilities. Additionally, contingency cook services will be required during special and emergency situations, provided via Task Order. Site managers are also required for each facility to direct employees and ensure quality. Services are mission essential and must adhere to professional food service operation standards, including FDA and Tri-Service Food Codes.
Contract Details
- Type: Request for Quotation (RFQ), Firm Fixed Price
- Duration: 5 years from contract award
- NAICS Code: 722310 (Food Service Contractors)
- Set-Aside: Full and Open Competition (Unrestricted)
- Place of Performance: RAF Lakenheath and RAF Mildenhall, United Kingdom
Submission & Evaluation
Offerors must submit quotes electronically in English, organized into three volumes:
- Technical Volume: Includes an Executive Summary, Performance Plan, and Mission Essential Plan.
- Past Performance Volume: Requires a minimum of three and a maximum of five examples, submitted via the provided Past Performance Questionnaire (PPQ). PPQ responses are due by March 31, 2026.
- Price Volume: Must include unit and extended prices for all Contract Line Item Numbers (CLINs) as detailed in Attachment 6, the Pricing Schedule. Evaluation will be based on technical acceptability (Technical and Past Performance volumes) and the most advantageous price to the Government. Offers must be held firm for a minimum of 120 calendar days.
Site Visit & Questions
A site visit is scheduled for March 26, 2026, from 1:00 PM to 4:00 PM GMT, covering the Knights Table, Hot Pit, and Gateway Dining Facilities. Offerors planning to attend must RSVP with attendee names and contact information (maximum 3 per offeror) to TSgt Roman Pavlovich and MSgt Kenneth Schleckser by March 24, 2026, at 2:00 PM GMT. Attendees require valid photo ID and are subject to background checks. All questions regarding the solicitation are due by March 20, 2026, at 2:00 PM GMT.
Key Documents
Important attachments include the Performance Work Statement (PWS dated 12MAR26), Quality Assurance Surveillance Plan (QASP), Price Schedule, Past Performance Questionnaire (PPQ), FDA Food Code 2022, Tri-Service Food Code, and DAFMAN 34-131.