Opportunity
SAM #PANMCC-26-P-0000043257
Sole Source Medical STEM Experience for JROTC Cadets in Columbus, GA (Potential Competition)
Buyer
W6QM MICC Fort Knox
Posted
May 04, 2026
Respond By
May 07, 2026
Identifier
PANMCC-26-P-0000043257
NAICS
611310
This notice announces the Army's intent to award a sole source contract for a Medical STEM experience for JROTC cadets in Columbus, GA, but seeks interest from other qualified vendors. - Agency: Mission and Installation Contracting Command (MICC) Fort Knox, supporting Muscogee County School District JROTC - Sole source vendor: Columbus Technical College (potentially open to competition if other capable vendors respond) - NAICS code: 611310 (Colleges, Universities, and Professional Schools) - Requirement: Medical STEM educational services for 30 JROTC cadets during the JCLC Benning event - Instruction includes Basic Life Support (BLS), CPR, AED, emergency care, first aid, triage, vital signs, infection control, and certifications - Contractor must provide: qualified personnel, instructional facilities (hospital-like environment), equipment, and two daily snack meals per cadet (June 1-4) - Period of performance: June 1-5, 2026 (with a 30-day phase-in/phase-out period) - Place of performance: Columbus, GA - Key requirements: Demonstrated experience, relevant certifications, compliance with small business set-aside and subcontracting rules - Interested vendors should respond with capabilities, experience, and certifications to be considered for competition - No specific OEMs or proprietary products are required; focus is on educational services and facilities - Estimated contract value is modest, likely in the $20,000-$60,000 range based on scope and duration
Description
The U.S. Government intends to award, on a sole source basis, a contract to Columbus Technical College in support of Muscogee County School District for JROTC Cadet Leadership (JCLC) Medical STEM Experience in Columbus, GA with a period of performance from 1 - 5 June 2026. The statutory authority for the sole source procurement of these services is 41 U.S.C. 1901 as implemented by FAR 12.102(a) (DFARS CD 2026-O0028).
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 (small and large) to respond to this notice.
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 a set-aside. We encourage all small businesses, in all socioeconomic categories (including 8(a) Business Development Program, Small Disadvantaged Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns) to identify their capabilities in meething 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 payfor any information or administrative costs incurred in response to this ntoice. 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 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 611310 Colleges, Universities, and Professional Schools, with a size standard of $34.5 million. The requested period of performance is 1 - 5 June 2026. The contract place of performance is Columbus, GA.
Attached is the draft Performance Work Statement (PWS).
Responses to this notice shall be e-mailed to the Purchasing Agent, Jaspyr Andres at jaspyr.m.andres.civ@army.mil no later than 7 May 2026 at 10:00 AM 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.
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.