Description
***THIS IS A Sources Sought Notice ONLY.*** 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 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 722320; size standard $9,000,000. This is a non-personal services contract to provide catering service for the AY26 NSS-REP/NSS-DEP hosted by the USAWC Commandant. The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform catering service for the lunches as defined in the attached PWS. NSS-REP: Catering services will be needed in Root Hall (Lecture Halls East/West common area) for lunch on 1 June 2025 and 2 June 2025, LeTort View Community Center for dinner in 1 June 2026, and at the Army Heritage and Education Center (AHEC) for lunch on 3 June 2026. NSS-DEP: Catering services will be needed in Root Hall (Lecture Halls East/West common area)for lunch in 22 June 2026, LeTort View Community Center for dinner on 23 June 2026, and AHEC for lunch on 24 June 2026. In response to this sources sought, 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 service is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), de…
Classification
Place of Performance
Contracting Office
Contacts
Attachments (1)