Skip to content
Department of Defense

5BDE Coconino High School JCLC Meals

Solicitation: PANMCC26P0000040073
Notice ID: 351bc896122241459b754c7ed2320574
TypeSources SoughtNAICS 722310PSCS203Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The ArmyStateAZPostedFeb 23, 2026, 12:00 AM UTCDueFeb 26, 2026, 02:00 PM UTCCloses in 3 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: AZ. Response deadline: Feb 26, 2026. Industry: NAICS 722310 • PSC S203.

Market snapshot

Awarded-market signal for NAICS 722310 (last 12 months), benchmarked to sector 72.

12-month awarded value
$5,500,093
Sector total $24,223,355 • Share 22.7%
Live
Median
$1,024,280
P10–P90
$579,551$1,469,008
Volatility
Volatile87%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
22.7%
share
Momentum (last 3 vs prior 3 buckets)
+100%($5,500,093)
Deal sizing
$1,024,280 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for AZ
Live POP
Place of performance
Bellemont, Arizona • United States
State: AZ
Contracting office
Fort Knox, KY • 40121-5000 USA

Point of Contact

Name
Renete Barnett-Morgan
Email
renete.l.barnett-morgan.civ@army.mil
Phone
(520)945-9018
Name
DAVIS-MAXWELL, DEBORAH
Email
deborah.r.randall.civ@army.mil
Phone
(520) 945-9127

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • MISSION INSTALLATION CONTRACTING COMMAND • FDO SAM HOUSTON • W6QM MICC-FT KNOX
Contracting Office Address
Fort Knox, KY
40121-5000 USA

More in NAICS 722310

Description

SOURCES SOUGHT NOTICE This is a Sources Sought Notice ONLY.

The U.S. Government desires to procure all personnel, equipment, furniture, supplies, tools, materials, supervision, and other items and non-personal services necessary to provide food service support service for the 100 Cadets and 27 Cadre at Army JCLC Leadership Challenge Exercise, hosted by the Coconino High School Junior ROTC Department, 23– 26 April 2026 Camp Navajo, Bellemont, Arizona on a small business set-aside basis, provided two (2) or more qualified small businesses respond to this 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 (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), 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 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 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 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 anticipated NAICS code is:722310, the size standard for this NAICS code is $47 million. The Product Service Code (PSC) is: S230 This industry comprises establishments primarily engaged in Housekeeping-Food. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.

Attached is the draft Performance Work Statement (PWS).

Responses to this Sources Sought Notice shall be e-mailed to the Contract Specialist, Renete Barnett-Morgan at renete.l.barnett-morgan.civ@army.mil and Contracting Officer Deborah Davis-Maxwell at deborah.r.davis-maxwell.civ@army.mil no later than 26 February 2026 at 9:00 a.m. EST (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) 52.219-14, 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 52.219-14 - Limitations on Subcontracting for Small Business.

 All WOSB firms need to take action in beta.certify.sba.gov in order to compete for WOSB Federal Contracting Program set-aside contracts.

 In response to this 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)/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 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. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.milor 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 Sam.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.