Opportunity
SAM #PANMCC26P0000044250
Lodging, Meals, and Support Services for NMMI ROTC Mini Camp
Buyer
W6QM MICC Fort Knox
Posted
April 17, 2026
Respond By
April 23, 2026
Identifier
PANMCC26P0000044250
NAICS
721214, 721310
The Mission Installation Contracting Command (MICC) at Fort Knox is seeking sources to provide comprehensive support services for the New Mexico Military Institute (NMMI) ROTC Mini Camp in Roswell, NM. - Government Buyer: - Mission Installation Contracting Command (MICC) Fort Knox, Department of the Army - Place of performance: New Mexico Military Institute (NMMI), Roswell, NM - Products/Services Requested: - Lodging for 50 cadets (double occupancy, gender-segregated, non-smoking rooms with restroom and shower facilities) - Meals for 50 cadets (hot breakfast and dinner, vegetarian options, served at campus dining facility) - Troop Leadership Advisors (2 TLAs providing night security and oversight from 2100 to 0600) - Daily room cleaning services (dormitory rooms and bathrooms before, during, and after camp) - Administrative support (copier access, mailing services, 40 lbs of bagged ice daily, minor routine assistance) - Unique/Notable Requirements: - All services must comply with health and safety standards - Lodging must be safe, clean, and segregated by gender - Meals must accommodate vegetarian diets - TLAs required for overnight security and supervision - No specific OEMs or commercial vendors are named in the solicitation - NAICS code: 721214 (Recreational and Vacation Camps except Campgrounds)
Description
SOURCES SOUGHT NOTICE
Requirement for Lodging, Meals, and Support for the New Mexico Military Institute (NMMI) ROTC Mini Camp
This is a Sources Sought Notice for market research purposes only and does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP). The U.S. Government is not seeking quotes or proposals at this time and will not accept unsolicited proposals in response to this notice. This notice does not commit the U.S. Government to contract for any supply or service whatsoever. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice.
The U.S. Government desires to procure all personnel, equipment, supplies, facilities, supervision, and other non-personal services necessary to provide lodging, meals, room cleaning, and other support for approximately 50 cadets participating in the New Mexico Military Institute (NMMI) ROTC Mini Camp from 23-27 June 2026. All services are to be performed at the New Mexico Military Institute, 101 W. College Blvd, Roswell, NM 88201. The purpose of this notice is to identify sources capable of meeting the requirement, which will inform the Government’s acquisition strategy.
This requirement may be considered for a small business set-aside if two (2) or more qualified small businesses respond to this notice with information sufficient to support a set-aside. We encourage all small businesses, in all socioeconomic categories (including, but not limited to, 8(a) Business Development Program, Small Disadvantaged Business, Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned, and Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement. The anticipated North American Industry Classification System (NAICS) code is 721214 – Recreational and Vacation Camps (except Campgrounds), with a corresponding size standard of $9.0 Million.
The full requirement details are specified in the attached draft Performance Work Statement (PWS).
INSTRUCTIONS FOR RESPONDENTS
Interested parties are invited to submit a capability statement addressing the items listed below. Responses to this notice shall be e-mailed to the points of contact listed below no later than 11:00 a.m. Eastern Time on 23 April 2026.
Primary Point of Contact: Eric V. Tollefson, eric.v.tollefson.civ@army.mil Secondary Point of Contact: Samuel M. Henderson, samuel.m.henderson.civ@army.mil
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 businesstype(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.