Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2026 SAM #8894
SOURCES SOUGHT

S -- 3BDE JCLC Dodge Meals

Notice Date
4/1/2026 7:26:10 AM
 
Notice Type
Sources Sought
 
NAICS
721214 — Recreational and Vacation Camps (except Campgrounds)
 
Contracting Office
W6QM MICC-FT KNOX FORT KNOX KY 40121-5000 USA
 
ZIP Code
40121-5000
 
Solicitation Number
PANMCC26P0000040273
 
Response Due
4/6/2026 7:00:00 AM
 
Archive Date
07/15/2026
 
Point of Contact
Robin Woodard, Phone: 5209459016, Samuel M. Henderson
 
E-Mail Address
robin.a.woodard3.civ@army.mil, Samuel.M.Henderson1.civ@army.mil
(robin.a.woodard3.civ@army.mil, Samuel.M.Henderson1.civ@army.mil)
 
Description
This is a Sources Sought Notice ONLY. The U.S. Government desires to procure a full meal support system for cadets and cadre participating in Army Junior Cadet Leadership Challenge (JCLC) Camp Dodge at Camp Dodge Joint Maneuver Training Center (JMTC) located at 7105 NW 70th Ave Johnston, Iowa 50131 from 26-30 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 721214; this industry comprises establishments primarily engaged in providing single event-based food services. These establishments generally have equipment and vehicles to transport meals and snacks to events and/or prepare food at an off-premise site. Banquet halls with catering staff are included in this industry. The size standard in millions of dollars for this NAICS code is $9M. Attached is the draft Performance Work Statement (PWS). Responses to this notice shall be e-mailed to the Contract Specialist, Robin Woodard at robin.a.woodard3.civ@army.mil and Contracting Officer, Samuel M. Henderson at samuel.m.henderson1.civ@army.mil no later than 3 April 2026 at 10:00 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, VOSB/SDVOSB, and WOSB/EDWOSB, set-asides regardless of the dollar value of the award if awarding on a sole source basis only. 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 non-compliance 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 8(a), HUBZone, VOSB/SDVOSB, WOSB/EDWOSB firms need to take action at https://certifications.sba.gov/ in order to compete for 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 businesstype(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and thecorresponding NAICS code. 2.Identify whether your firm is interested in competing for this requirement as a primecontractor or not. Identify subcontracting, joint ventures or teaming arrangement thatwill be pursued, if any. 3.Information in sufficient detail regarding previous experience (indicate whether as aprime contractor or subcontractor) on similar requirements (include size, scope,complexity, timeframe, government or commercial), pertinent certifications, etc., that willfacilitate making a capability determination. 4.Information to help determine if the requirement is commercially available, includingpricing information, basis for the pricing information (e.g., market pricing, catalogpricing), delivery schedules, customary terms and conditions, warranties, etc. 5.Identify how the Army can best structure these contract requirements to facilitatecompetition by and among small business concerns. 6.Identify any condition or action that may be having the effect of unnecessarilyrestricting competition with respect to this acquisition. Please contact the MICCAdvocate 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 thesubject of the acquisition, this announcement, and the MICC POC information from thesam.gov notice. Provide the specific aspects that unreasonably restrict competition andthe rationale for such conclusion. 7.Recommendations to improve the approach/specifications/draft PWS/PRS toacquiring the identified items/services.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/952d39a004cb4ad682d78de2b568d9fe/view)
 
Place of Performance
Address: Johnston, IA 50131, USA
Zip Code: 50131
Country: USA
 
Record
SN07765650-F 20260403/260401230052 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.