Arizona Bids > Bid Detail

Coconino HS JCLC Meals

Agency:
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159869192234231
Posted Date: Feb 27, 2024
Due Date: Mar 1, 2024
Source: https://sam.gov/opp/071e261a14...
Follow
Coconino HS JCLC Meals
Active
Contract Opportunity
Notice ID
PANMCC24P0000-008026
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO SAM HOUSTON
Office
W6QM MICC-FT KNOX
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 27, 2024 11:01 am EST
  • Original Response Date: Mar 01, 2024 11:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S203 - HOUSEKEEPING- FOOD
  • NAICS Code:
    • 722310 - Food Service Contractors
  • Place of Performance:
    Bellemont , AZ 86015
    USA
Description

Sources Sought – Coconino High School JCLC Meals



This is a Sources Sought Notice ONLY. MICC Fort Knox is issuing a sources sought notice as a means of conducting market research to identify parties having an interest in and the resources to support the requirement to provide meals, equipment, supplies, and labor as outlined in the attached draft PWS for 90 Cadets, and 27 Cadre attending the JCLC at Camp Navajo, in Bellemont, Arizona during 25 – 28 April 2024. Meal services cooking/preparing either on-site or off-site, transporting to Camp Navajo DFAC, serving, cleaning serving line, and removing contractor-owned equipment at the completion of the JCLC rotation on 28 April 2024. The contractor shall provide and serve meals at the designated Camp Navajo DFAC provided by the government. Usage of the facility includes use of the sinks, counters, freezers, refrigerators, stoves, griddles, ovens, microwave ovens, and janitorial closet/fill station. The contractor shall provide services in accordance with the terms, conditions and specifications set forth in this statement of work.



BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.



PLACE OF PERFORMANCE



Camp Navajo, Bellemont, AZ.



DISCLAIMER



"THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY 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."



PROGRAM BACKGROUND



JCLC is an annual requirement for all JROTC units. The Coconino High School JCLC will be held at Camp Navajo, multi-service military training site in Bellmont, Arizona where dining facility (DFAC) meal service is unavailable.





REQUIRED CAPABILITIES:



The contractor shall provide meals, supplies, equipment, services, and management as specified in the attached draft PWS, for the Army JCLC Leadership Challenge Exercise, hosted by the Coconino High School Junior ROTC Department. The contractor shall provide services in accordance with the terms, conditions and specifications set forth in this statement of work. Specifications include off-site/on-site meal preparation, transportation of meals, meal-serving equipment, and supplies. Specifications also include on-site storage, final preparation, serving, and post-meal clean up. Primary meal preparations shall be conducted either off-site, or on-site at the DFAC Building, or a combination of both. Contractor may do final meal prep in the designated Camp Navajo DFAC including cooking, heating up food, and cold prep (e.g. salad prep, drinks, etc.).



If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.



The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.



SPECIAL REQUIREMENTS



Contractor shall be a knowledgeable in all food safe procedures.



ELIGIBILITY



The applicable NAICS code for this requirement is 722310 – Food Service Contractors Small Business Size Standard of $47 Million. The Product Service Code is PSC S203 Housekeeping-Food. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. All WOSB firms need to take action in WOSB.certify.sba.gov in order to compete for WOSB Federal Contracting Program set-aside contracts.



ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)



Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 11 pitch. The deadline for response to this request is no later than 11:00 am, Eastern Time (Fort Knox Local), 1 March 2024. All responses under this Sources Sought Notice must be e-mailed to Cara Johnson at cara.j.johnson.civ@army.mil



Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Cara Johnson, in either Microsoft Word or Portable Document Format (PDF), via email at cara.j.johnson.civ@army.mil.



This documentation must address at a minimum the following items:



1.) What type of work has your company performed in the past in support of the same or similar requirement?



2.) Can or has your company managed a task of this nature? If so, please provide details.



3.) Can or has your company managed a team of subcontractors before? If so, provide details.



4.) What specific technical skills does your company possess which ensure capability to perform the tasks?



5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in the attached PWS for this requirement.



6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE number, etc.



7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern.



8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.



The estimated period of performance consists of Three days from 25 April 2024 – 28 April 2024.



All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.



No phone calls will be accepted.



All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN BLDG 1109B RM 250
  • FORT KNOX , KY 40121-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 27, 2024 11:01 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >