Closed Solicitation · DEPT OF DEFENSE

    3BDE JCLC MARSEILLES ZIPLINE

    Sol. W9124D26QA138Sources SoughtSet-aside: Total Small Business Set-Aside (FAR 19.5)FORT KNOX, KY
    Closed
    STATUS
    Closed
    closed Apr 20, 2026
    POSTED
    Apr 16, 2026
    Publication date
    NAICS CODE
    713990
    Primary industry classification
    PSC CODE
    G003
    Product & service classification

    AI Summary

    The Department of Defense is seeking small businesses to provide equipment and trained staff for zipline and suspended bridge training at JCLC Camp Marseilles. This Sources Sought Notice aims to gather information to support a potential small business set-aside. Responses are due by April 20, 2026, and should include details about the firm's capabilities and interest in the requirement.

    Contract details

    Solicitation No.
    W9124D26QA138
    Notice Type
    Sources Sought
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    April 16, 2026
    Response Deadline
    April 20, 2026
    NAICS Code
    713990AI guide
    PSC / Class Code
    G003
    Issuing Office
    W6QM MICC-FT KNOX
    Primary Contact
    Anthony Johnson
    State
    KY
    ZIP Code
    40121-5000
    AI Product/Service
    service

    Description

    SOURCES SOUGHT NOTICE

    Project: Junior Cadet Leadership Challenge (JCLC) Zipline and Suspended Bridge Training

    Location: Marseilles, IL

    Response Date: 20 April 2026

    NAICS Code: 713990, All Other Amusement and Recreation Industries

    This is a Sources Sought Notice ONLY. The U.S. Government desires all associated equipment and trained staff to conduct zipline/suspended rope bridge training as specified in the attached Performance Work Statement (PWS), for JCLC Camp Marseilles. Resource working group will occur on 8 June 2026 and the training event will occur on 23-24 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 713990; This industry comprises establishments primarily engaged in providing recreational and amusement services. The size standard in millions of dollars for this NAICS code is $9M.

    Attached is the draft PWS.

    Responses to this notice shall be e-mailed to the Contract Specialist, Anthony Johnson at anthony.h.johnson.civ@army.mil and Contracting Officer, Terry D Phillips Jr at terry.d.phillips6.civ@army.mil no later than 20 April 2026 at 9:00 AM. ET (Fort Knox local time).

    Limitations on subcontracting and nonmanufacturer rules 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.

    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 (including 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.

    Key dates

    1. April 16, 2026Posted Date
    2. April 20, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    3BDE JCLC MARSEILLES ZIPLINE is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.