Fort Polk Cook Support Services
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Feb 14, 2022 08:41 am CST
- Original Response Date: Feb 28, 2022 12:00 pm CST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: S203 - HOUSEKEEPING- FOOD
- NAICS Code:
- 722310 - Food Service Contractors
- Place of Performance: Fort Polk , LAUSA
Description
SOURCES SOUGHT SYNOPSIS
Cook Support Service
Ft. Polk, Louisiana
This is a Sources Sought Synopsis (SSS) ONLY. The U.S. Government desires to
procure the cook support service requirements at multiple locations on a small business
set-aside basis provided two or more qualified small businesses respond to this SSS with
information sufficient to support a set-aside. Your responses to the information
requested will assist the Government in determining the appropriate acquisition method,
including whether a set-aside is possible. We encourage all small business concerns in
all socioeconomic categories (i.e. Small Disadvantage Business (SDB), 8(a), Historically
Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small
Business (SDVOSB), Economically Disadvantaged Women-Owned Small Business
(EDWOSB), and Women-Owned Small Business concerns (WOSB)), 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 Quotation (RFQ), Invitation for Bid (IFB), or 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 synopsis. 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, 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 GPE is located at https://sam.gov.
BACKGROUND: A continuing need is anticipated for the cook support requirements at
the following location: Fort Polk, Louisiana. Attached are the draft Performance Work
Statement (PWS), Performance Requirements Summary (PRS).
The Government currently contracts for these services under contract W9124E-17-D-
0003, which was awarded to the AbiltyOne Non-Profit Agency for Dining Facility
Attendants (DFA) services. During the course of this contract the Government added in
Cook Support to meet its needs. However, Cook Support was not added to the AbiltyOne
Procurement List. Therefore, the Governments current needs for Cook Support will be
solicited separate from the AbiltiyOne contract requirements for DFA services.
The contractor shall provide quality services in support of the installation cook support
program that supports the Warfighter with flexible, efficient and cost effective service.
The service outlined in this requirement encompasses Cook Support Service functions
which includes, but is not limited to, preparing food during designated meal periods and
cleaning equipment used in the performance of duties.
The NAICS code assigned to this acquisition is 722310, Food Service Contractors, with a
corresponding size standard of $41.5M. The Contractor shall provide all supervision,
labor, personnel, to perform activities that comprise the cook support services of an Army
Dining Facility.
PURPOSE OF THIS SOURCES SOUGHT: To request information on capabilities of
potential offerors to provide the services described herein to determine if this will be setaside.
Please note, cook support services are subject to the preferences set out in FAR
part 19.
Provide responses to this announcement no later than 12:00 p.m. Central Standard Time
(CST) on 28 February 2022 will facilitate planning and ensure your capability receives
maximum consideration. Only electronic submissions will be accepted.
Interested business concerns should provide a brief capabilities statement package
(submissions are limited to no more than 15 pages in length, single spaced, and 12 font
minimum) demonstrating its capabilities in reference to this requirement. A generic
capability statement is not acceptable. No particular format is mandated. The
Government prefers that your firm submits its response in Microsoft Word, Adobe
Acrobat, or a combination of both and the document must be searchable. The capability
package shall be sent by email to:
Marsh Hopkins - Contract Specialist at email: marsh.hopkins.civ@army.mil and
Samuel Colton - Contracting Officer at email: Samuel.j.colton.civ@army.mil.
Your email subject line should reflect: “Firm’s Name, Response to the Sources Sought
Synopsis for the Cook Support Services at Fort Polk, W5168W-22-R-0006. Note: the
location(s) and corresponding solicitation number(s) that you are responding to
must be identified on the subject line. The size limit of each email, with all
attachments, cannot exceed 9 megabytes (MB) due to the Government’s email system
restrictions. DO NOT SEND ZIPPED files as the Government’s network will remove all
zipped files.
In response to this sources sought, please provide:
1. A company profile to include name of your firm, point of contact, phone number, email
address, number of employees, annual revenue history, CAGE code, and DUNs number.
Respondents must also indicate whether they qualify as a Small Business, SDB, 8(a),
EDWOSB, WOSB, HUBZone, or SDVOSB.
2. The key tasks you believe need to be accomplished to be successful in a cook
support services operation. In essence, what key tasks should be used for determining
minimum capability to provide these services?
3. Whether your firm is interested in competing for this requirement as a prime
contractor. If you are subcontracting any of the services out, contemplating a Joint
Venture, and/or creating a teaming arrangement, please provide the name of these
companies and what work they will be performing, if available. Please provide your
company’s specific experience. Ensure the information is in sufficient detail regarding
previous experience in managing cook support operations (indicate whether the
experience has been as a prime contractor or subcontractor) on similar requirements
(include the services provided (food prep, facility attendants, custodial, etc.), the number
of meals typically served, the number of facilities involved, and any other relevant
information you deem applicable). If applicable, please provide the same experience
information from any subcontracts, Joint Venture, and/or teaming partners you may
propose with.
4. What percentage of work will be performed by the small business prime contractor
and all similarly situated entity subcontractors? Note: In accordance with FAR 52.219-14
Limitations on Subcontracting (CLASS DEVIATION 2021-O0008):
“Similarly situated entity” means a first-tier subcontractor, including an
independent contractor, that has the same small business program status as that
which qualified the prime contractor for the award and that is considered small for
the NAICS code the prime contractor assigned to the subcontract the
subcontractor will perform. An example of a similarly situated entity is a first-tier
subcontractor that is a HUBZone small business concern for a HUBZone setaside.
In addition, the Contractor agrees in performance of a contract for services, it will
not pay more than 50 percent of the amount paid by the Government for contract
performance to subcontractors that are not similarly situated entities.
5. Type(s)/certifications(s) of proposed subcontractors (such as SDB, 8(a), HUBZone,
SDVOSB, and WOSB).
6. Information on the financial capacity of your business to meet financial obligations
(i.e. payroll, payment of subcontractors, etc.).
7. How the Army can best structure these contract requirements to facilitate competition
by and among small business concerns.
8. Identify any condition or action that may have the effect of unnecessarily restricting
competition with respect to this acquisition. Please contact the MICC Advocate for
Competition, Mr. Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, 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 on
https://sam.gov. Provide the specific aspects that unreasonably restrict competition and
the rationale for such conclusion.
Attachments/Links
Contact Information
Contracting Office Address
- MICC FSH OFFICE OF THE DIRECTOR 2205 INFANTRY POST ROAD BLDG 603
- FORT SAM HOUSTON , TX 78234-1361
- USA
Primary Point of Contact
- Marsh Hopkins
- marsh.hopkins.civ@army.mil
Secondary Point of Contact
- Samuel J. Colton
- samuel.j.colton.civ@army.mil
- Phone Number 2104662251
History
- Mar 15, 2022 10:55 pm CDTSources Sought (Original)