NOI to Sole Source-7BDE JROTC Camp Crooked Creek

Project ID: PANMCC26P0000043137 FederalOpportunitiesSpecial Notice
Overview
AgencyMICC Fort Knox
DeadlineNone
Posted04/23/26
Estimated ValueNot Provided
Set AsideNone
NAICS721214 - Recreational and Vacation Camps (except Campgrounds)
PSCG003 - Social- Recreational
LocationShepherdsville, KY United States
Description
Primary Latest Change

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.

Summary (Newest Update)

Background The U.S. Government intends to award a sole source contract to Lincoln Heritage Council to support the 7BDE Junior Reserve Officers Training Corps (JROTC) Camp Crooked Creek. The Mission and Installation Contracting Command (MICC) Fort Knox is seeking vendors capable of performing these services to encourage competitive procurement. The Army JROTC program has an annual training requirement, and the contractor will provide all associated support for the Junior Cadet Leadership Challenge (JCLC) at Camp Crooked Creek. Work Details The contractor shall provide non-personal services including food, lodging, training programs, and facility usage for approximately 200 cadets and 45 cadre from June 2 to June 6, 2026. Specific tasks include: 1. Meals: Management, supplies, equipment, and labor for meal preparation and service, including setup and cleanup. Nutritionally balanced meals must be served hot, with accommodations for vegetarian options. 2. Lodging: Provide non-smoking sleeping facilities with separate accommodations for males and females, ensuring adequate bathroom facilities are available. 3. Training: Provide trained personnel for various activities including low/high ropes courses, land navigation training, swimming pool usage, athletic field access, archery range setup, climbing/rappel tower operations, and canoeing activities. 4. Medical Support: On-site medical staff must be present throughout the event with EMT certification and emergency evacuation capabilities. Period of Performance The period of performance is from May 19 to June 6, 2026. Place of Performance The work 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