Opportunity

SAM #PANMCC26P0000043137

Sole Source Intent for JROTC Camp Crooked Creek Support Services (Food, Lodging, Training, Medical, Facilities)

Buyer

W6QM MICC Fort Knox

Posted

April 23, 2026

Identifier

PANMCC26P0000043137

NAICS

721214, 611620

This notice announces the Army's intent to award a sole source, firm-fixed price contract to Lincoln Heritage Council for support services at the 7th Brigade JROTC Camp Crooked Creek in Shepherdsville, KY, but seeks information from other capable vendors for potential competition. - Agency: Mission and Installation Contracting Command (MICC) Fort Knox, Department of the Army - Intended Sole Source Vendor: Lincoln Heritage Council - NAICS Code: 721214 (Recreational and Vacation Camps) - Period of Performance: May 19, 2026 (Resource Working Group) and June 2-6, 2026 (on-site camp) - Place of Performance: Camp Crooked Creek, 950 Terry Drive, Shepherdsville, KY 40165 - Required Services: - Food service for 200 cadets and 45 cadre (including vegetarian and allergy accommodations) - Non-smoking lodging with separate male/female facilities - Training facilities and qualified instructors for ropes courses, land navigation, swimming, archery, climbing, canoeing - Onsite medical support (EMT-certified staff, on-call physician, air evacuation area) - Administrative and classroom buildings for in-processing and command post - No specific products or part numbers are listed; all requirements are service-based - The government encourages responses from all interested businesses, especially small businesses, with demonstrated capability and experience - The attached Draft Performance Work Statement (PWS) provides detailed requirements

Description

The U.S. Government intends to award, on a sole source basis, a contract to Lincoln Heritage Council to support 7BDE Junior Reserve Officers Training Corps (JROTC) Camp Crooked Creek. The statutory authority for the sole source procurement of these services is Federal Acquisition Regulation (FAR) 12.102(a) as circumstances indicate only one source is reasonably available.

However, the Mission and Installation Contracting Command (MICC) Fort Knox is seeking vendors that may be capable of performing these services in order to support a competitive procurement.  Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this notice.

In addition, be advised that the U.S. Government will not be able to set-aside this requirement for small businesses unless 2 or more small businesses respond with information sufficient to support the requirement as a 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.

A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Contracting Officer (KO).  However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry.  It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.  The anticipated NAICS code is: 721214 Recreational and Vacation Camps.

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, SDVOSB, EDWOSB, and WOSB set-asides regardless of the dollar value of the award.

Small business contractors awarded contracts above the SAT are required to comply with Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting when utilizing subcontractors. The penalty for non-compliance is the greater of (A) $500K or (B) the dollar amount expended, in excess of permitted levels.

See FAR 52.219-14 - Limitations on Subcontracting for Small Business.

The Draft Performance Work Statement (PWS) is attached for more details.

In response to this sources sought, please provide:

1. Name of the firm, point of contact, phone number, email address, Unique Entity ID 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 explaining how you can satisfy the requirement to include 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.  General statements will not be accepted.

4. Information to help determine if the requirement (service) 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. Information to help determine if the requirement (item or service) 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.

6. Responses to this notice shall be e-mailed to Robin Woodard, Contract Specialist, at  robin.a.woodard3.civ@army.mil no later than 10:00 AM Eastern Time (Fort Knox local time) on 27 April 2026.

View original listing