Opportunity

SAM #PANMCC26P0000043129

Meal Services for 5BDE Will Rogers HS JROTC JCLC Camp at Camp Gruber, OK

Buyer

W6QM MICC Fort Knox

Posted

April 02, 2026

Respond By

April 09, 2026

Identifier

PANMCC26P0000043129

NAICS

722310

This opportunity seeks small business input for providing meal services at the 5BDE Will Rogers High School JROTC Cadet Leadership Challenge (JCLC) camp in Braggs, Oklahoma. - Government Buyer: - Mission Installation Contracting Command (MICC)-Fort Knox, Department of Defense - United States Army Cadet Command, 5th Brigade JROTC Programs - OEMs and Vendors: - No specific Original Equipment Manufacturers (OEMs) or vendors are named; open to qualified small businesses - Products/Services Requested: - Meal services, management, and labor for the JROTC JCLC camp - Provision of 1,272 hot, nutritious, USDA-compliant meals (breakfast, lunch, dinner) for 86 Cadets and 20 Cadre over five days - Vegetarian options required for approximately 5 people per meal - Contractor supplies all food, condiments, serving equipment, and disposables - Government provides dining facility and some equipment - Includes meal preparation, serving, setup, teardown, cleaning, and sanitation - Unique or Notable Requirements: - Compliance with small business set-aside rules (opportunity may be set aside if at least two qualified small businesses respond) - Limitations on subcontracting apply - Women-Owned Small Business (WOSB) firms must be certified - Meals must meet USDA nutritional standards and Oklahoma State Food Service regulations - NAICS code 722310 (Food Service Contractors) - Place of Performance: - Oklahoma National Guard Camp Gruber, 327 Central Europe Rd, DFAC BLDG 220, Braggs, OK 74423 - Contracting Office: - MICC-Fort Knox, KO DIRECTORATE OF CONTRACTIN, BLDG 1109B RM 250, FORT KNOX, KY 40121-5000

Description

This is a Sources Sought Notice ONLY. The U.S. Government desires to procure meals services, management and labor as specified herein, for the 5BDE Will Rogers JROTC JCLC camp during the period 26 May - 30 May 2026 on a small business set-aside basis, provided two (2) or more qualified small businesses respond to this notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if two (2) or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), 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 Quote (RFQ)/Invitation for Bid (IFB)/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 notice. 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 or 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 anticipated NAICS code is 722310; this industry comprises establishments primarily engaged in providing food services at institutional, governmental, commercial, or industrial locations of others based on contractual arrangements with these types of organizations for a specified period of time. The establishments of this industry provide food services for the convenience of the contracting organization or the contracting organization's customers. The size standard in millions of dollars for this NAICS code is $47.0M.

Attached is the draft Performance Work Statement (PWS).

Responses to this notice shall be e-mailed to the Contract Specialist, Amber Goetz at Amber.m.goetz.civ@army.mil and Contracting Officer, Samuel M. Henderson at Samuel.m.henderson1.civ@army.mil no later than 09 April 2026 at 10:00am(ET) (Fort Knox local time).

Limitations on subcontracting and nonmanufacturer rule do not apply to small business set-asides for contracts at or below the Simplified Acquisition Threshold (SAT). It does apply to 8(a), HUBZone, SDVOSB, EDWOSB, and WOSB set-asides regardless of the dollar value of the award.

Small business contractors awarded contracts above the SAT are required to comply with Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting (DEVIATION 2021-O0008) when utilizing subcontractors. The penalty for noncompliance is the greater of $500K or the dollar amount spent, in excess of permitted levels, by the entity on subcontractors, in accordance with 13 CFR 125.6(h).

See FAR 52.219-14 - Limitations on Subcontracting for Small Business (DEVIATION 2021-O0008).

All WOSB firms need to take action at https://certifications.sba.gov/ in order to compete for WOSB Federal Contracting Program set-aside contracts. In response to this notice, please provide:

1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.

4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.

6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 520-944-7373, 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 sam.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services

View original listing