Opportunity
SAM #PANMCC26P0000043137
Food, Lodging, Training, and Facility Services for Army JROTC Junior Cadet Leadership Challenge at Camp Crooked Creek
Buyer
W6QM MICC Fort Knox
Posted
April 01, 2026
Respond By
April 06, 2026
Identifier
PANMCC26P0000043137
NAICS
721214, 722310, 611699, 621999, 621910
This opportunity seeks qualified small businesses to support the U.S. Army JROTC Junior Cadet Leadership Challenge (JCLC) at Camp Crooked Creek, Shepherdsville, KY. - Government Buyer: - Department of Defense (DoD), Department of the Army, Army JROTC, Mission Installation Contracting Command (MICC), Fort Knox - OEMs and Vendors: - No specific OEMs or commercial vendors are named; services are open to qualified small businesses - Products/Services Requested: - Food service for 200 cadets and 45 cadre (including vegetarian and allergy accommodations, no peanut products) - Lodging for 245 participants (non-smoking, separate male/female facilities, cadets bring own bedding) - Training program and facility usage (ropes courses, land navigation, swimming, archery, climbing, canoeing) - Qualified instructors for all activities - Medical support (EMT-certified staff, on-call physician, air evacuation landing area) - Administrative and training buildings (indoor classrooms, command post, in-processing area) - Unique/Notable Requirements: - All services must be provided at Camp Crooked Creek, a federal facility - Compliance with small business set-aside and limitations on subcontracting - Meals must accommodate dietary restrictions and be served at specified times - Facilities must be clean and ready by the start of the event - Onsite medical support is mandatory throughout the event - Resource Working Group meeting required prior to event - Quantities: - Services for 200 cadets and 45 cadre (total 245 participants) - Administrative/training building for event duration
Description
This is a Sources Sought Notice ONLY. The U.S. Government desires to procure a non-personal services contract to provide food, lodging, training program and facility usage for Cadets and Cadre conducting Junior Cadet Leadership Challenge (JCLC) from 2 June to 6 June 2026 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 721214; this industry comprises establishments primarily engaged in providing single event-based food services. These establishments generally have equipment and vehicles to transport meals and snacks to events and/or prepare food at an off-premise site. Banquet halls with catering staff are included in this industry. The size standard in millions of dollars for this NAICS code is $9M. Attached is the draft Performance Work Statement (PWS). Responses to this notice shall be e-mailed to the Contract Specialist, Robin Woodard at robin.a.woodard3.civ@army.mil and Contracting Officer, Samuel M. Henderson at samuel.m.henderson1.civ@army.mil no later than 6 April at 10:00 AM ET (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, VOSB/SDVOSB, and WOSB/EDWOSB, set-asides regardless of the dollar value of the award if awarding on a sole source basis only. Small business contractors awarded contracts above the SAT are required to comply with Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting (DEVIATION 2021-O0008) when utilizing subcontractors. The penalty for non-compliance is the greater of $500K or the dollar amount spent, in excess of permitted levels, by the entity on subcontractors, in accordance with 13 CFR 125.6(h). See FAR 52.219-14 - Limitations on Subcontracting for Small Business (DEVIATION 2021-O0008). All 8(a), HUBZone, VOSB/SDVOSB, and WOSB firms need to take action at https://certifications.sba.gov/ in order to compete for 8(a), HUBZone, VOSB/SDVOSB, and 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, DUNS 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.mil or 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.