Opportunity

SAM #PANMCC26P0000043276

Meals, Lodging, and Facility Services for JROTC Cadet Leadership Challenge Camp Panther 2026

Buyer

W6QM MICC Fort Knox

Posted

April 01, 2026

Respond By

April 09, 2026

Identifier

PANMCC26P0000043276

NAICS

721310, 721214

This opportunity seeks small business input for a contract supporting the JROTC Cadet Leadership Challenge Camp Panther 2026 in Lake Wales, Florida. - Government Buyer: - Mission Installation Contracting Command (MICC) at Fort Knox, Department of the Army - Army JROTC Program - OEMs and Vendors: - No specific OEMs or commercial vendors are named in the documents - Products and Services Requested: - Lodging accommodations for 400 cadets and 70 cadre (470 total) - 6,110 hot meals (breakfast, lunch, dinner) over the event - Access to training facilities: COPE course, orienteering course, rock-climbing wall, rappel tower - Aquatic activities: canoes/rowboats with instructors, certified lifeguards - 12 gas-operated golf carts (including one long bed for medical emergencies) - Medical support: two full-time nurses or EMTs for 24-hour coverage - Handwashing stations and portable latrines - 175 twenty-pound bags of ice per day with storage - Facility Wi-Fi for command and operations staff - Unique or Notable Requirements: - Small business set-aside contingent on sufficient qualified responses - Compliance with FAR 52.219-14 for contracts above the Simplified Acquisition Threshold - Quality control and assurance required - Separate male and female lodging, non-smoking facilities - Medical and aquatic safety staffing - Event-specific facility access and recreational support - Place of Performance: - Camp Flaming Arrow, Lake Wales, Florida - Contracting office at Fort Knox, Kentucky

Description

SOURCES SOUGHT NOTICE

This is a Sources Sought Notice ONLY. The U.S. Government desires to procure a non-personal service contract to provide meals, lodging and facility usage for JROTC Cadet Leadership Challenge (JCLC) Camp Panther 2026 from 8-12 June 2026 at Lake Wales, Florida 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 promoters of performing arts, sports and similar events with facilities.  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, Renete L. Barnett-Morgan at renete.l.barnett-morganciv@army.mil and Contracting Officer, Ranetta DeRamos at ranetta.m.deramos.civ@army.mil no later than 7April 2026 at 9:00am Eastern Standard Time. 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).

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.

View original listing