The Oklahoma Army National Guard is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Bulk Food Items – Subsistence. The intention is to procure these items on a competitive basis.
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
PLACE OF PERFORMANCE
Location
There are approximately 12 locations to be serviced with the Governments right to add or remove locations, (see below for delivery locations).
% On-Site Government
100%
DELIVERIES OR PERFORMANCE
Loading Docks are not available at all the listed locations.
Below is a listing of all units/delivery location & the Government reserves the right to adjust this list by adding and/or removing locations from the list:
Camp Gruber Training Center FT Chaffee
Hwy 10 Central Europe Rd BLDG 7047, Gate 19
Braggs, OK 74423 Ft Chaffee, AR 72905
Multi Readiness Center FT Sill
6800 N. Kelly Avenue 1962 Barbour St
Oklahoma City, OK 73111 Lawton, OK 73503
Broken Arrow AFRC Norman AFRC
8000 New Orleans St 4000 Thunderbird St
Broken Arrow, OK 74014 Norman, OK 73069
Mustang AFRC Sand Springs AFRC
430 Cedar Springs Lane 7520 W. 41st St
Mustang, OK 73064 Tulsa, OK 74107
Ardmore AFRC Muskogee AFRC
Veterans BLVD 6800 South Cherokee
Ardmore, OK 73401 Muskogee, OK 74403
Chandler Armory Altus Armory
800 Thunderbird Road 609 S Veterans Drive
Chandler, OK 74834 Altus, OK 73251
DISCLAIMER
“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ISSUED. IF 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 INFORMMATION PERTAINING TO THIS REQUIREMENT.”
PROGRAM BACKGROUND
Bulk Food Items – Subsistence is requested in support of Oklahoma Army National Guard (OKARNG) Soldiers throughout the training year are required to support training events, local mobilizations and other associated events.
REQUIRED CAPABILITIES
The Contractor shall provide raw rations (canned goods, dry goods, fresh meats, frozen meats, fresh produce, dairy products, and bread products) to approximately 12 locations across the state of Oklahoma to include Fort Chaffee, AR. The Government reserves the right to add and/or remove delivery locations to provide subsistence support to the mission of the Oklahoma Army National Guard in support of the areas specified in Program Background (above). Further detail is provided in the draft Statement of Work (SOW) included with this announcement.
If your organization has the potential capacity to provide these items, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
The Government will evaluate market information to ascertain potential market capacity to: 1) provide supplies consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide supplies under a performance based service acquisition contract.
Government furnished equipment (GFE) or property will not be furnished.
ELIGIBILITY
The applicable NAICS code for this requirement is 311999 with a Small Business Size Standard of 700. The Product Service Code is 8945. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.
ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)
A draft Statement of Work (SOW) is attached for review.
Interested parties are requested to submit a capabilities statement and List of Unprepared Rations for Pricing of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 8am, CST 15 May 2025. All responses under this Sources Sought Notice must be e-mailed to Contract Specialist, MacKenzie Boyd at mackenzie.a.boyd.civ@army.mil.
This documentation must address at a minimum the following items:
1.) What type of work has your company performed in the past in support of the same or similar requirement? If so, please provide some information (i.e., the company, contract number and amount, etc.)
2.) Can or has your company managed a task of this nature? If so, please provide details.
3.) Does your company subcontract? If so, what percentage of the work would your company perform?
4.) What specific technical skills does your company possess which ensure capability to perform the tasks?
5.) Please provide your company’s business size.
6.) Include in the response your ability to meet the requirements.
The estimated period of performance consists of a three-year ordering period with performance commencing in August 2025. Specifics regarding the number of option periods will be provided in the solicitation.
The contract type is anticipated to be Firm-Fixed Price.
Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.
Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, MacKenzie Boyd, in either Microsoft Word or Portable Document Format (PDF), via email mackenzie.a.boyd.civ@army.mil.
All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
No phone calls will be accepted.
All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.