3BDE JCLC Chicago
ID: W9124D-24-Q-A137Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT KNOXFORT KNOX, KY, 40121-5000, USA

NAICS

Recreational and Vacation Camps (except Campgrounds) (721214)

PSC

SOCIAL- RECREATIONAL (G003)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract to provide food, lodging, and facilities for the Junior Cadet Leadership Challenge (JCLC) event in Chicago, scheduled from June 14 to June 18, 2025. The contractor will be responsible for delivering approximately 5,068 meals and accommodating 300 cadets and 86 cadre, along with access to various training facilities, including a swimming pool and climbing wall, as outlined in the Performance Work Statement (PWS). This procurement is significant as it aims to support the Chicago Public Schools' initiative while promoting opportunities for Women-Owned Small Businesses (WOSB) in federal contracting. Interested vendors must submit their proposals by May 14, 2025, and can direct inquiries to Andrea Skilinski at andrea.m.skilinski.civ@army.mil or Samuel M. Henderson at Samuel.M.Henderson1.civ@army.mil.

    Files
    Title
    Posted
    The document outlines a solicitation for a contract under the Women-Owned Small Business (WOSB) program, aimed at providing food and lodging services for a Junior Cadet Leadership Challenge (JCLC) event conducted by the Chicago Public Schools from June 14 to June 18, 2025. It details the requirements for meal services, including breakfasts, lunches, dinners for cadets and cadre, totaling approximately 5,068 meals, as well as 1,300 lodging units. The contract is expected to adhere to federal acquisition regulations and is set to be awarded based on a firm fixed price. Offerors must provide necessary certifications and possess a valid registration in the System for Award Management (SAM). The solicitation includes provisions for service contract labor standards, payment terms, and clauses to protect small businesses. The contract aims to enhance support for small businesses, specifically those owned by women, by promoting equal opportunity in federal procurement processes. Essential details include contact information for responsible officials and a rigorous bidding process requiring the submission of quotes by the due date, emphasizing compliance with established government contracting guidelines.
    The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract to provide food, lodging, and facilities for the Junior Cadet Leadership Challenge (JCLC) in Chicago from June 14 to 18, 2025. This contract mandates the provision of meals, lodging for 300 cadets and 86 cadre, and various training facilities including a swimming pool, climbing wall, and obstacle course. The contractor is responsible for all necessary personnel, equipment, and supplies, while adhering to government standards for quality and safety. A quality control plan will guide compliance, with evaluations based on performance metrics. The document delineates key personnel responsibilities, including the Contracting Officer's Representative (COR) and required milestones for issue reporting and invoicing. Additionally, it emphasizes the importance of compliant facilities, management of logistics, and maintaining healthcare and safety standards. Critically, it ensures a detailed framework for meal preparations, training setups, sanitation processes, and the provisions required during the event, revealing the government’s commitment to a structured and safe training environment for participants.
    This document pertains to an amendment of a solicitation, specifically addressing the changes in the deadline for offers. It extends the response due date from May 7, 2025, to May 14, 2025, at 10:00 AM EST to promote competition. The amendment details how bidders must acknowledge receipt, either by returning copies of the amendment, acknowledging it on submitted offers, or through separate communication referencing the solicitation and amendment numbers. Failure to acknowledge may lead to rejection of offers. Additionally, the document outlines that if bidders need to modify existing offers due to this amendment, such changes must be communicated prior to the specified deadline. The amendment reaffirms that all other terms and conditions of the initial solicitation remain unchanged. This summary captures the essential alterations and instructions, maintaining the primary focus on procedural adjustments for bidders in the context of federal solicitation amendments.
    The provided document appears to be a corrupt or heavily formatted file, lacking clear content or coherent information. However, it may have references to themes involving government requests for proposals (RFPs) or federal grant applications. The context suggests an attempt to outline processes related to securing funding, ensuring compliance with regulations, and possibly addressing project necessities for state and local entities. The mention of assessments and evaluations hints at a systematic approach often required when dealing with government contracts or grant applications. The document would need substantial clarification to yield specific insights into any RFPs or funding strategies related to governmental projects.
    Lifecycle
    Title
    Type
    3BDE JCLC Chicago
    Currently viewing
    Solicitation
    Similar Opportunities
    Full Line Food and Beverage Support for DLA customers in the states of Missouri and Illinois and Surrounding areas
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for a Full Line Food and Beverage Support contract aimed at servicing DoD and Non-DoD customers in Missouri, Illinois, and surrounding areas. This procurement involves a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, structured in three tiers, with the first tier commencing with a 24-month implementation period following the award. The contract is critical for ensuring the provision of high-quality food and beverage supplies, adhering to USDA standards and DoD Menu Standards, to meet the nutritional needs of military personnel and associated entities. Interested vendors should note that the estimated contract value is approximately $154 million, with a guaranteed minimum of $15.4 million, and proposals are due by November 25, 2025, at 3:00 PM Philadelphia time. For further inquiries, potential offerors can contact Neil-Michael Chiaradio at neil.michael.chiaradio@dla.mil or Dakota Donnelly at Dakota.donnelly@dla.mil.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Buyer not available
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
    JROTC Cadet Leadership Challenge (JCLC) Manatee
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the JROTC Cadet Leadership Challenge (JCLC) in Manatee, Florida. This opportunity involves providing social and recreational services aimed at enhancing leadership skills among JROTC cadets. The program is crucial for fostering teamwork and personal development among youth participants, contributing to their overall growth and leadership capabilities. Interested parties can reach out to Jennifer L. King at jennifer.l.king76.civ@army.mil or call 502-624-1006 for further details regarding the procurement process.
    Meal Services for JCLC Gruber
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide meal services for the JCLC Gruber at Camp Gruber in Braggs, Oklahoma. The procurement aims to fulfill the food service needs for military personnel, ensuring that quality meals are available to support their operational readiness and well-being. This opportunity is critical as it directly impacts the morale and health of service members stationed at the facility. Interested parties can reach out to Jennifer L. King at jennifer.l.king76.civ@army.mil or by phone at 502-624-1006 for further details regarding the contract requirements and submission process.
    FOOD & BEVERAGE - DLA MWR (COLUMBUS, OH)
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for food and beverage concession services at the Defense Supply Center Columbus (DSCC) in Columbus, Ohio. The selected concessionaire will be responsible for operating cafeteria and catering services for approximately 4,500 personnel, with the contract structured as a base year plus three one-year options. This opportunity is critical for providing essential food services to military personnel, adhering to strict health and safety regulations, and demonstrating experience in managing food concessions. Proposals are due by December 5, 2025, at 4 p.m. Eastern Daylight Time, and interested contractors should direct inquiries to Mr. Craig Pruett for site visits or Mr. Michael Thompson for additional information regarding the RFP.
    VTARNG RTI Full Food Service JAN - JUN 2025
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking qualified small businesses to provide full food service support for training courses at the Vermont Regional Training Institute from January to June 2025. The procurement includes delivering hot meals and light cleaning services across multiple periods, with specific quantities outlined for breakfast, lunch, and dinner throughout the contract duration. This opportunity is crucial for ensuring that service members receive adequate nutrition during their training, reflecting the government's commitment to supporting small businesses in federal contracting. Interested parties must submit their quotes by December 19, 2024, and can direct inquiries to Kathleen O'Neill at kathleen.b.oneill.civ@army.mil or Donald Luby at donald.j.luby.civ@army.mil.
    Catered Meals for OKARNG
    Buyer not available
    The Department of Defense, specifically the Oklahoma National Guard, is seeking proposals for catered meal services through a Request for Proposal (RFP) designated as W912L6-25-R-A002. The procurement aims to establish approximately 15 to 20 Firm Fixed Price Blanket Purchase Agreements (BPAs) to provide meal support for various events at multiple armories across Oklahoma, with a focus on ensuring food safety and quality. This opportunity is a 100% Small Business set-aside under NAICS code 722320, with a three-year ordering period from December 1, 2025, to November 30, 2028. Interested offerors must submit their proposals by November 18, 2025, and direct any inquiries to Candace OBrian at candace.i.obrian.civ@army.mil, ensuring they are registered in the System for Award Management (SAM) prior to submission.
    RTI 13M Schoolhouse Meals
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide meal services for the Regional Training Institute (RTI) in Sioux Falls, South Dakota. The contractor will be responsible for preparing and serving three daily meals to support scheduled training, with an average of 40 meals per day, from April 16th to November 20th, 2026. This procurement is crucial for ensuring that training participants receive adequate nutrition during their training sessions. The solicitation, which is a Total Small Business Set Aside resulting in a Firm Fixed Price Contract, is expected to be posted on or around November 5th, and interested parties must have an active registration on Sam.gov. For further inquiries, Andrew Kennedy can be contacted at andrew.j.kennedy16.civ@army.mil or by phone at 605-737-6731.
    Boxed Catered Meals2228th 1-20 December 2025, Pineville, LA
    Buyer not available
    The Department of Defense, specifically the Louisiana Army National Guard (LARNNG), is seeking quotes from qualified caterers to provide boxed catered meals for their Annual Training scheduled from December 1-20, 2025, in Pineville, Louisiana. The procurement is a total small business set-aside under NAICS code 722320 (Caterers), and the contract will be awarded as a Firm Fixed Price based on price and technical acceptability, including adherence to food handling and temperature maintenance requirements. This opportunity is critical for ensuring that service members receive nutritious and varied meal options during their training period, with a detailed meal plan already outlined for the duration of the event. Interested vendors must submit their quotes by 0800 a.m. on November 19, 2025, and ensure they are registered in the System for Award Management (SAM) with all necessary documentation, including UEI and Federal Tax ID numbers. For further inquiries, contact Crystal Lynn Stiles at crystal.l.stiles2.civ@army.mil or 318-290-5933.
    Jackson Public School University Residential STEM (Health Career Fields) Camp for USACC
    Buyer not available
    The Department of Defense, through the Mission Installation Contracting Command-Ft Knox, is seeking a sole-source vendor for the Jackson Public School University Residential STEM Camp focused on health career fields for JROTC Cadets. The contract, valued at $85,532.00, aims to provide residential STEM training, including lodging, facilities, and meals for approximately 120 cadets over two cycles in June 2023, with William Carey University identified as the sole-source provider due to its unique capabilities in meeting specific training and safety requirements. This initiative is crucial for delivering essential STEM education to cadets, ensuring they receive quality training that has been successfully provided by WCU for over four years. Interested parties can reach out to Brittney Morrison at brittney.d.morrison.civ@army.mil for further information.