Opportunity
SAM #PANMCC26P0000044275
Food and Facility Services for JROTC Leadership Camp 2026, Minden, LA
Buyer
W6QM MICC Fort Knox
Posted
April 30, 2026
Respond By
May 14, 2026
Identifier
PANMCC26P0000044275
NAICS
722310
This opportunity is for food and facility services to support the JROTC Leadership Camp (JCLC) 2026 in Minden, Louisiana. - The Mission and Installation Contracting Command (MICC) Fort Knox intends to award a sole source contract to the Department of Military Affairs (DMA) Louisiana, but is seeking information from other capable vendors for potential competition. - Services required include providing breakfast, lunch, and dinner for 240 Cadets and 70 Cadre over five days (June 2-6, 2026). - All personnel, equipment, supplies, facilities, tools, materials, and supervision necessary for meal preparation and service must be provided. - Meals must comply with USDA guidelines and be served hot, with specific menu items detailed in the Performance Work Statement (PWS). - A handwash station is required for each meal. - The anticipated NAICS code is 722310 (Food Services Contractors). - Vendors must demonstrate relevant experience and capability; small business set-aside rules and limitations on subcontracting may apply. - Place of performance is Minden High School, 400 S. College St, Minden, LA 71055. - Contracting office is located at Fort Knox, KY. - The contract is Firm Fixed Price and includes quality assurance and surveillance plans.
Description
The U.S. Government intends to award, on a sole source basis, a contract to Department Of Milatary Affiars (DMA) Louisiana For Food and facilities to support training of the JROTC cadets. The statutory authority for the sole source procurement of these services is RFO Federal Acquisition Regulation (FAR) 12.102(a), Soliciting from a Single Source, which states, "For purchases not exceeding the Simplified Acquisition Threshold (SAT), (i) Contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available." However, the Mission and Installation Contracting Command (MICC} Fort Knox is seeking vendors that may be capable of performing these services in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this notice. In addition, be advised that the U.S. Government will not be able to setaside this requirement for small businesses unless 2 or more small businesses respond with information sufficient to support the requirement as a set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, ServiceDisabled 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)/lnvitation 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. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Contracting Officer (KO). However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is: 722310- Food Services Contractors with a size standard of $47,000,000.00. The requested period of performance is 2 June to 6 June 2026. The contract place of performance is Minden, Louisiana. 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 when utilizing subcontractors. The penalty for noncompliance is the greater of (A) $SOOK or (B) the dollar amount expended, in excess of permitted levels. See FAR 52.219-14 - Limitations on Subcontracting for Small Business. The Draft Performance Work Statement (PWS) is attached for more details.In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, Unique Entity ID 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 explaining how you can satisfy the requirement to include 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. General statements will not be accepted.
4. Information to help determine if the requirement (service) 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. Information to help determine if the requirement (item or service) 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. 6. Responses to this notice shall be e-mailed to Contracting Specialist, Mr. Zachery E. Reynolds at zachery.e.reynolds.civ@army.mil and to Contracting Officer, Ranetta M. DeRamos, ranetta.m.deramos.civ@army.mil no later than 9:00 AM. EST, 14 May 2026.