Federal Bid

Last Updated on 31 Mar 2025 at 6 PM
Sources Sought
Tulsa Oklahoma

5BDE Will Rogers HS JCLC

Solicitation ID PANMCC25P0000015419
Posted Date 31 Mar 2025 at 6 PM
Archive Date 15 Apr 2025 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W6qm Micc-Ft Knox
Agency Department Of Defense
Location Tulsa Oklahoma United states 74112

SOURCES SOUGHT NOTICE

This is a Sources Sought Notice ONLY. The U.S. Government desires to procure meal services for Will Rogers High School JCLC on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought 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 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 sources sought 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. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 721214 – Recreational and Vacation Camps (except Campgrounds). $9M


Attached is the draft Performance Work Statement (PWS) for details.


Responses to this Sources Sought Notice shall be e-mailed to the Contract Specialist, Jazlyne T. Barnes, at [email protected] AND the KO, Samuel M. Henderson, at [email protected] no later than 3 April 2024 at 11:00 a.m. 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 when utilizing subcontractors. The penalty for non-compliance is the greater of (A) $500K or (B) the dollar amount expended, in excess of permitted levels.


See FAR 52.219-14 - Limitations on Subcontracting for Small Business.


In response to this sources sought, please provide:


1. Name of the firm, point of contact, phone number, email address, UEI 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. The information must clearly explain how your firm can satisfy the requirement as outlined in the PWS. General statements of interest will not be used as 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 [email protected] or 210-466-2269, 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. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

Bid Protests Not Available

Similar Past Bids

San antonio Texas 10 Feb 2025 at 6 PM
Alamo Texas 06 Feb 2025 at 6 PM
League city Texas 05 Jun 2025 at 12 PM
Alamo Texas 05 Mar 2025 at 9 PM
Alamo Texas 11 Mar 2025 at 2 PM

Similar Opportunities

Pittsburgh Pennsylvania 15 Jul 2025 at 4 AM (estimated)
Marseilles Illinois 15 Jul 2025 at 4 AM (estimated)
Oklahoma 26 Jul 2025 at 4 AM (estimated)
Oklahoma 26 Jul 2025 at 4 AM (estimated)
Mississippi state Mississippi 15 Jul 2025 at 4 AM (estimated)