7BDE JCLC Crooked Creek

Project ID: PANMCC26P0000043137 FederalOpportunitiesSources Sought
Overview
AgencyMICC Fort Knox
Deadline04/06/26
Posted04/01/26
Estimated Value$50,000 - $150,000 (AI estimate)
Set AsideNone
NAICS721214 - Recreational and Vacation Camps (except Campgrounds)
PSCG003 - Social- Recreational
LocationShepherdsville, KY 40165 United States
Description
Primary Latest Change

This is a Sources Sought Notice ONLY. The U.S. Government desires to procure a non-personal services contract to provide food, lodging, training program and facility usage for Cadets and Cadre conducting Junior Cadet Leadership Challenge (JCLC) from 2 June to 6 June 2026 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 single event-based food services. 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, Robin Woodard at robin.a.woodard3.civ@army.mil and Contracting Officer, Samuel M. Henderson at samuel.m.henderson1.civ@army.mil no later than 6 April 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 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, 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.

Summary (Newest Update)

Background The U.S. Government is seeking to procure a non-personal services contract for food, lodging, training programs, and facility usage for Cadets and Cadre participating in the Junior Cadet Leadership Challenge (JCLC) from June 2 to June 6, 2026. This initiative is part of the Army JROTC program's annual training requirement, aimed at providing comprehensive support for the JCLC at Camp Crooked Creek in Shepherdsville, KY. The contract is intended to be set aside for small businesses, encouraging participation from various socioeconomic categories. Work Details The contractor will be responsible for providing all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other necessary non-personal services as outlined in the Performance Work Statement (PWS). Key tasks include: 1. **Meals**: Preparation and serving of meals for approximately 200 cadets and 45 cadre members. This includes setting up dining areas, maintaining food safety standards, and ensuring cleanliness post-meal. 2. **Lodging**: Provision of non-smoking sleeping facilities with adequate bathroom facilities for all participants. The contractor must ensure separate accommodations for male and female cadets. 3. **Training Facilities**: Access to various training facilities including low/high ropes courses, land navigation courses, swimming pools, athletic fields, archery ranges, climbing/rappel towers, and canoes. 4. **Medical Support**: On-site medical staff including at least one EMT certified individual. 5. **Administrative Support**: Facilities for in-processing cadets and running a command post during the event. 6. **Quality Control**: Development of a Quality Control Plan (QCP) to ensure compliance with performance standards as specified in the PWS. Period of Performance The period of performance spans from May 19 to June 6, 2026. Place of Performance The contract will be performed at Camp Crooked Creek located at 950 Terry Drive, Shepherdsville, KY 40165.

Contacts
Contact nameRobin Woodard
Contact emailrobin.a.woodard3.civ@army.mil
Contact phone(520) 945-9016
Secondary contact nameSamuel M. Henderson
Secondary contact emailsamuel.m.henderson1.civ@army.mil
Secondary contact phoneNone
Same Region Opportunities