Opportunity

SAM #PANMCC-26-P-0000042742

Army Seeks Small Business Providers for Meals, Lodging, and Facility Support for JCLC BCPS Event

Buyer

W6QM MICC Fort Knox

Posted

April 09, 2026

Respond By

April 16, 2026

Identifier

PANMCC-26-P-0000042742

NAICS

721310, 722310, 721214

This opportunity seeks small business sources to provide comprehensive support for the Junior Cadet Leadership Challenge (JCLC) for Baltimore City Public Schools (BCPS), managed by the U.S. Army's Mission Installation Contracting Command (MICC) at Fort Knox. - Government Buyer: - U.S. Army, Army Cadet Command, MICC-Fort Knox - Contracting officials: Jazlyne T. Barnes (Contract Specialist), Ranetta M. Deramos (Contracting Officer) - OEMs and Vendors: - No specific OEMs or commercial vendors are named; the requirement is for service provision, not branded products. - Products/Services Requested: - Lodging accommodations for 350 cadets and 60 cadre (total 410), with gender-separated dorms, air conditioning, and privacy features - Nutritionally balanced meals (hot breakfasts and dinners, cold to-go lunches) with vegetarian options and condiments - Access to training facilities: auditorium, classrooms, gymnasium, track & field, and a 25x35 ft indoor swimming pool - Furniture and equipment for meal service, including serving lines, tables, chafing dishes, cleaning supplies, and trash removal - Skirted tables for registration - Personnel support: all labor, supervision, equipment, and supplies necessary to deliver the above services - Unique or Notable Requirements: - Contractor must provide all services (meals, lodging, facility access) for the entire event - Lodging must ensure gender separation and privacy; bedding is not provided - Meals must be nutritionally balanced and accommodate dietary restrictions - Contractor must supply all necessary equipment and personnel for meal service and facility support - Security and training requirements apply; medical support is government-furnished - The opportunity is set aside for small businesses under NAICS 721214 (Recreational and Vacation Camps, except Campgrounds) - Period of Performance: - Services required for a 6-day event (June 12-17, 2026) - Place of Performance: - Primary: Baltimore City Public Schools and associated facilities in Baltimore, MD (including Dr. Martin Luther King Building, Leonidas S. James Physical Education Complex, H. Steven Blum Facility, Atholton High School) - Contracting office: MICC-Fort Knox, Fort Knox, KY

Description

SOURCES SOUGHT NOTICE

This is a Sources Sought Notice ONLY. The U.S. Government desires to procure meals, lodging, and facility usage for cadets and cadre participating in Junior Cadet Leadership Challenge (JCLC) Baltimore City Public Schools (BCPS) during 12-17 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 – Recreational and Vacation Camps (except Campgrounds); 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 Sources Sought Notice shall be e-mailed to the Contract Specialist, Jazlyne T. Barnes, at Jazlyne.t.barnes.civ@army.mil AND Contracting Officer, Ranetta M. Deramos, at ranetta.m.deramos.civ@army.mil no later than 16 April 2026 at 11:00 a.m. 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/EDWOSB firms need to take action at https://certifications.sba.gov/ in order to compete for 8(a), HUBZone, VOSB/SDVOSB, and WOSB/EDWOSB 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