Notice of Intent to Sole Course - 6BDE JCLC Benning
Agency: MICC Fort Knox
Location: Columbus, Georgia
NAICS: 611310
| Agency | MICC Fort Knox |
|---|---|
| Deadline | 01/20/26 |
| Posted | 01/13/26 |
| Estimated Value | $150,000 - $400,000 (AI estimate) |
| Set Aside | None |
| NAICS | 611310 - Colleges, Universities, and Professional Schools |
| PSC | U009 - Education/Training- General |
| Location | Columbus, GA 31901 United States |
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 Army Junior Cadet Leadership Challenge (JCLC) Muscogee School District and Atlanta Public Schools in the vicinity of Columbus, Georgia, from 29 May to 5 June 2026. All lodging, meals and facility usage must be co-located in one location and cannot be spread out. The requirement is 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 sources sought 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. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is:611310 Colleges, Universities and professional Schools. $34.5M Attached is the draft Performance Work Statement (PWS) for details. Responses to this Sources Sought Notice shall be e-mailed to the Contract Specialist, Robin Woodard, at robin.a.woodard3.civ@army.mil and the Contracting Officer, Samara Johnson, at samara.e.johnson.civ@army.mil, no later than 20 January 2026 at 1:00 P.M. Eastern (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, 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. In response to this sources sought, 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. The information must clearly explain how your firm can satisfy the requirement as outlined in the PWS. General statements of interest will not be used as 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 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
Background The U.S. Government seeks to procure meals, lodging, and facility usage for cadets and cadre participating in the Army Junior Cadet Leadership Challenge (JCLC) for Muscogee School District and Atlanta Public Schools. This event will take place in Columbus, Georgia, from 29 May to 5 June 2026. The contract is intended for small business set-aside, contingent upon receiving responses from two or more qualified small businesses. Work Details The contractor shall provide non-personal services including lodging for 460 JROTC cadets and 105 cadre members, meals for the same group during the event dates, facilities for various activities, and STEM instruction. Specific tasks include: 1. Lodging: Non-smoking sleeping facilities with a maximum of two cadets per room and separate accommodations for male and female cadets. 2. Meals: A total of 9,040 meals must be prepared and served during the event, adhering to local health regulations. 3. Facilities: Access to recreation centers, gymnasiums, sports fields, and an auditorium with a capacity of 500. 4. STEM Instruction: Provide hands-on training in robotics and drones for both MCSD and APS cadets. 5. Quality Control: Develop a Quality Control Plan (QCP) to ensure compliance with performance standards outlined in the Performance Work Statement (PWS). Period of Performance The contract will be performed from 29 May to 5 June 2026. Place of Performance Columbus, Georgia.
| Contact name | Robin Woodard |
|---|---|
| Contact email | robin.a.woodard3.civ@army.mil |
| Contact phone | (520) 945-9016 |
| Secondary contact name | Samara Johnson |
| Secondary contact email | samara.e.johnson.civ@army.mil |
| Secondary contact phone | (520) 852-0004 |
Agency: MICC Fort Knox
Location: Columbus, Georgia
NAICS: 611310
Agency: Decatur County Board of Commissioners [GA]
Location: Georgia
NAICS: Not Provided
Agency: Baconton Community Charter School [GA]
Location: Georgia
NAICS: Not Provided
Agency: City of Albany [GA]
Location: Georgia
NAICS: Not Provided