Opportunity
SAM #PANMCC26P0000043807
JROTC STEM Camp Support Services for San Diego Unified School District
Buyer
W6QM MICC Fort Knox
Posted
April 21, 2026
Respond By
April 23, 2026
Identifier
PANMCC26P0000043807
NAICS
611620, 611699, 611710, 721214
This opportunity seeks support services for the 8th Brigade JROTC STEM Camp in the San Diego Unified School District, managed by the Mission Installation Contracting Command (MICC) - Fort Knox and the U.S. Army Cadet Command. - Government Buyer: - Mission Installation Contracting Command (MICC) - Fort Knox (contracting office) - U.S. Army Cadet Command, San Diego Unified School District JROTC (program office) - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation or attachments. - Products/Services Requested: - Lodging for 160 JROTC cadets and 24 cadre for five nights, plus two additional nights for one cadre advance party - Sixteen meals for cadets and cadre, plus four meals for the advance party, with vegetarian options and full meal service - Training facilities and instructional spaces, including classrooms, Maher Hall rooms, Solomon Hall Theatre, UC Forum C, outdoor swimming pool, wellness center, and access to the UCSD Confidence Course - Instructional equipment and materials for STEM-focused lessons and activities, including Vex Robotics kits - Logistical support, instructors, lesson activities, supervision, and security measures - Unique or Notable Requirements: - STEM-focused curriculum and leadership development activities - Physical fitness and team-building activities (e.g., UCSD Confidence Course) - All-inclusive support: personnel, equipment, supplies, transportation, tools, materials, and supervision - Small business set-aside considerations and compliance with limitations on subcontracting - Place of performance must be an institution of higher learning near 6735 Gifford Way, San Diego, CA 92111 - Period of Performance: - Six days and five nights for the main camp, with two additional nights for advance party lodging - Place of Performance: - Approximately 5 miles west of 6735 Gifford Way, San Diego, CA 92111 (institution of higher learning) - Contracting office at Fort Knox, KY
Description
This is a Sources Sought Notice ONLY. The U.S. Government desires to procure all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personnel services (necessary to provide the specified facilities, lodging, logistical support, meals, training areas, and training activities. The period of performance is from 30 May 2026 to 6 June 2026. The work to be performed under this contract shall be performed approximately 5 miles west of 6735 Gifford Way, San Diego CA 92111 as view through the lens of Google Maps. This is a non-personnel services contract to provide facilities, lodging, logistical support, meals, training areas, and training activities 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 recreational and vacation camps (except campgrounds). 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, Renete Barnett-Morgan at renete.l.barnett-morgan.civ@army.mil and Contracting Officer, Deborah R. Maxwell-Davis at deborah.r.maxwell-davis.civ@army.mil no later than 24 April 2026 at 9am. 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, UEI 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.