Lead-Based Paint Evaluation Services - Denver HOC
Agency: Department of Housing and Urban Development
Location: Denver, Denver, Colorado
NAICS: 541620
| Agency | MICC Fort Knox |
|---|---|
| Deadline | 03/17/26 |
| Posted | 03/09/26 |
| Estimated Value | $15,000 - $50,000 (AI estimate) |
| Set Aside | None |
| NAICS | 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses) |
| PSC | X1AB - Lease/Rental Of Conference Space And Facilities |
| Location | Denver, CO 80223 United States |
This is a Sources Sought Notice ONLY. The U.S. Government desires to procure a building rental to provide facilities, furniture, equipment, supplies, management, supervision, and labor in support of the Rocky Mountain Western Classic Drill Meet, from 24-25 April 2026, within 20 miles of Denver High School, Denver, Colorado, 80223, on a small business set-aside basis, provided two (2) or more qualified small businesses respond to this sources sought 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(s) is/are: 531120 Lessors of Nonresidential Buildings (except Mini warehouses). $34M Attached is the draft Performance Work Statement (PWS) for details. Responses to this Sources Sought Notice shall be e-mailed to the Contract Specialist, Zachery E. Reynolds, zachery.e.reynolds.civ@army.mil and the Contracting Officer, Renetta M. Dermos, at ranetta.m.deramos.civ@army.mil, no later than 17 March 2026 at 9:00a.m. 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, 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: - 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. - 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. - 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. - 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. - Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. - 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.
Background The U.S. Government is seeking to procure building rental services to support the Rocky Mountain Western Classic Drill Meet, scheduled for April 24-25, 2026. This event serves as an open-invitational drill competition for JROTC programs, providing an alternative to other regional and national competitions. The event has been running for over 25 years and aims to prepare teams for higher levels of competition while accommodating approximately 1,600 participants including cadets, spectators, and local stakeholders. The facility must provide a unique space of at least 50,000 square feet to facilitate the event's requirements. Work Details The contractor will be responsible for providing facilities, furniture, equipment, supplies, management, supervision, and labor necessary for the event. Specific tasks include: 1. Access: Provide access for JROTC/SROTC personnel on April 24 from 8:00 A.M. to 6:00 P.M. and total access on April 25 from 6:00 A.M. to 8:00 P.M. 2. Cleanliness: Maintain cleanliness with adequate trash receptacles. 3. Restrooms: Provide 4 male and 4 female restrooms. 4. Competition Areas: Ensure two rooms of at least 12,000 square feet each or one room of at least 24,000 square feet with high ceilings for drill performances; additional spaces for color guard competitions and inspection areas. 5. Tables and Chairs: Supply 1,000 folding chairs and 80 folding tables. 6. Medical Support: Provide qualified medical staff on-site throughout the event. 7. Fire Safety: Ensure compliance with fire safety codes. 8. Custodial Support: Maintain facility cleanliness with sufficient janitorial staff. Period of Performance The contract will be performed from April 24-25, 2026. Place of Performance The work will be performed within a location that is within 20 miles of Denver High School in Denver, Colorado.
| Contact name | Zachery E Reynolds |
|---|---|
| Contact email | zachery.e.reynolds.civ@army.mil |
| Contact phone | (520) 945-9035 |
| Secondary contact name | Ranetta M. DeRamos |
| Secondary contact email | ranetta.m.deramos.civ@army.mil |
| Secondary contact phone | None |
Agency: Department of Housing and Urban Development
Location: Denver, Denver, Colorado
NAICS: 541620
Agency: Leasing Office
Location: Denver, Denver, Colorado
NAICS: 531120
Agency: VISN 19: Rocky Mountain Network
Location: Denver, Denver, Colorado
NAICS: 513210
Agency: USGS Office of Acquisitions and Grants
Location: Denver, Denver, Colorado
NAICS: 541511