3BDE JCLC Rushmore

Project ID: PANMCC-26-P-0000037812 FederalOpportunitiesSources Sought
Overview
AgencyMICC Fort Knox
Deadline03/09/26
Posted03/03/26
Estimated Value$50,000 - $250,000 (AI estimate)
Set AsideNone
NAICS722310 - Food Service Contractors
PSCS203 - Housekeeping- Food
LocationRapid City, SD United States
Description
Primary Latest Change

This is a Sources Sought Notice ONLY. The U.S. Government desires to procure meal services for JCLC Rushmore 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 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 (to include 8(a) Business Development Program, Small Disadvantaged Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, and Women-Owned Small Business concerns), to identify their capabilities in meeting the requiremnt at a 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 a RFQ, IFB, or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Furthermore, 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/IFB/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: 722310 - Food Service Contractors, with a size standard of $47,000,000. Attached is the draft Performance Work Statement (PWS) for details. Reponses to this Sources Sought Notice shall be e-mailed to the Contract Specialist, Jaspyr M. Andres, at jaspyr.m.andres.civ@army.mil no later than 0900 March 6th, 2026 (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) 52.219-17, 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 52.219-17, Limitations on Subcontracting for Small Business. In reponse to this sources sought notice, 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)/certification(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 arrangements 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 certifiations, etc., that will facilitate making a capability determination. The information must clearly explain how your firm can satisfy the requirement as outline 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. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring items/services. 7. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contract 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 notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

Summary (Newest Update)

Background The U.S. Government is seeking to procure meal services for the Junior Cadet Leadership Challenge (JCLC) Rushmore, which supports Junior Reserve Officer Training Corps (JROTC) programs in the Rapid City, South Dakota area. The contract is intended for small businesses, and the government encourages participation from various socioeconomic categories. This Sources Sought Notice is issued solely for information and planning purposes and does not constitute a formal solicitation or commitment to contract. Work Details The Contractor shall provide a full meal support system for 54 cadets and 6 cadre from May 26 to May 30, 2026, at Camp Rapid. Responsibilities include: 1. Providing all personnel, equipment, supplies, transportation, tools, materials, supervision, serving equipment (including chafing dishes and heating elements), disposable plates, cups, napkins, and eating utensils necessary for meal preparation, serving, and cleanup. 2. Setting up and maintaining two serving lines during specified mealtimes for breakfast and dinner. 3. Developing a quality control program to ensure compliance with performance standards outlined in the Performance Work Statement (PWS). 4. Ensuring all employees meet health standards and food handling requirements. 5. Transporting food and support equipment to the designated serving area at Camp Rapid. Place of Performance Camp Rapid located at 2823 W. Main Street, Rapid City, South Dakota 57702.

Contacts
Contact nameJaspyr Andres, Purchasing Agent
Contact emailjaspyr.m.andres.civ@army.mil
Contact phone(520) 945-9003
Same Region Opportunities

PTC DC Power Supply

Agency: Fermi National Accelerator Laboratory

Location: Rapid City, Pennington, South Dakota

NAICS: 334515