Federal Bid

Last Updated on 22 Jul 2008 at 8 AM
Sources Sought
Fort eustis Virginia

73--MEALS AND HOUSING FOR THE JUNIOR CADET LEADERSHIP CAMP (JCLC) 8-12 JULY 08

Solicitation ID W900NB8100R59
Posted Date 14 May 2008 at 11 AM
Archive Date 22 Jul 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Fort eustis Virginia United states 23604
Point Of Contact Not Available

The Installation Contracting Command and Enterprise Installation Command, Directorate of Contracting, Fort Lee, Fort Eustis Branch, Building 2746, Fort Eustis, VA 23604.
This is a SMALL BUSINESS SOURCES SOUGHT ANNOUNCEMENT ONLY. It is not a solicitation announcement. Responses to this announcement will be used by the Government to make better informed and appropriate acquisition decisions. The ICC&EIC is seeking information on sources that can host the Junior Cadet Leadership Camp (JCLC) sponsored by the Washingtonville High School, 54 West Main Street, Washingtonville, NY 10992. See Performance Work Statement.

C.1. Background:

CCR 145-2 requires each JROTC unit to annually conduct a camp.

C.2. Scope:

The contractor must feed and house 275 cadets for four days. Emergency medical capability must be present, and communications must exist to seek medical evacuation if necessary. Facilities must be self-contained so as to provide on-site billeting, feeding, and showering.

C.3. Definitions

C.3.1. CCR: US Army Cadet Command Regulation
C.3.2. JROTC: Junior Reserve Officers Training Corps
C.3.3. SAI: Senior Army Instructor
C.3.4. AI: Army Instructor

C.4. Specific Tasks:

C.4.1. Contractor will billet 275 cadets instructors/chaperones. Billeting must protect personnel from rain and extreme elements of the weather.
C.4.2. Contractor must feed 275 cadets and instructors/chaperones as follows: 275 cadets each meal to be served as follows: 4 breakfast meals, 4 dinner meals (dinner 3 plus BBQ), and 2 lunch(BBQ) meals. All meals must be nutritionally balanced. Water must be available with each meal.
C.4.3. Contractor will be responsible for the administration and safety of the camp with the assistance of JROTC instructors.
C.4.4. Contractor must provide resident emergency medical care, and must have the capability to coordinate medical evacuation.
C.4.5. Contractor must provide continuous staff presence during the camp, and must provide a safe environment for personnel.
C.4.6. Contractor must provide separate male and female shower facilities. Showers must have hot water.
C.4.7. Contractor must have the capability of receiving and delivering emergency messages from cadets families.

C.5. Government-Furnished Property and Services:

C.5.1. Certified JROTC SAIs and AIs to conduct training. All instructors from each participating high school will attend camp.
C.5.2. Certified adult civilian chaperones to assist camp operations. Approximately one adult (defined as instructors and civilian chaperones) per ten cadets will attend camp.

C.6. Contractor-Furnished Items:

Contractor must provide billeting, showers, food, training facilities, emergency communications, and emergency medical care so as to conduct camp requirements in accordance with CCR 145-2.

The anticipated period of performance is 08 July 2008 thru 12 July 2008. The purpose of this announcement is to determine the commercial aspects of this requirement, to determine the market capability; and to gain knowledge of potential qualified small business sources and their size classification (hubzone, 8(a), small, small disadvantaged, veteran-owned or service-disabled veteran-owned small business) relative to NAICS 722310, Food Service Contractor (size standard of $19.0 million). Responses from business firms shall include a statement of whether these services can be procured commercially in accordance with FAR 12 and capability statement. Your response shall include the following information: size of company (i.e., 8(a), Hubzone, WOSB, SB, Veteran, SDVOSB), number of employees, average revenue for last three years, relevant past performance on same/similar work dating back five years, and your company's capability to do this type of work to compete for this acquisition. This information or questions should be sent to ICC&EIC by COB 23 May 2008, ATTN: Sharon R. Hilliard, Contract Specialist, Bldg 2746 Harrison Loop Complex, Fort Eustis, VA 23604-5532 or by e-mail at [email protected].
Bid Protests Not Available

Similar Opportunities

Pittsburgh Pennsylvania 15 Jul 2025 at 4 AM (estimated)
Marseilles Illinois 15 Jul 2025 at 4 AM (estimated)
Mississippi state Mississippi 15 Jul 2025 at 4 AM (estimated)
Colorado 31 Jul 2025 at 4 AM (estimated)
Colorado 31 Jul 2025 at 4 AM (estimated)