Closed Solicitation · DEPT OF DEFENSE

    4BDE CAMP MOUNTAIN STEM

    Sol. PANMCC-25-P-0000015759Special NoticeFORT KNOX, KY
    Closed
    STATUS
    Closed
    closed Jun 4, 2025
    POSTED
    Jun 2, 2025
    Publication date
    NAICS CODE
    61131
    Primary industry classification
    PSC CODE
    U009
    Product & service classification

    AI Summary

    The U.S. Government plans to award a sole source contract for meals, lodging, training services, and support for the JROTC 4th Brigade’s Camp Mountain STEM, with a performance period from June 21-27, 2025. While the procurement is intended for a single source, the Mission and Installation Contracting Command at Fort Knox encourages all interested vendors, especially small businesses, to express their capabilities. Responses will inform potential competitive solicitations, which will be announced on the Governmentwide Point of Entry.

    Contract details

    Solicitation No.
    PANMCC-25-P-0000015759
    Notice Type
    Special Notice
    Posted Date
    June 2, 2025
    Response Deadline
    June 4, 2025
    NAICS Code
    61131AI guide
    PSC / Class Code
    U009
    Issuing Office
    W6QM MICC-FT KNOX
    Primary Contact
    Amber Goetz
    State
    KY
    ZIP Code
    40121-5000
    AI Product/Service
    service

    Description

    The U.S. Government intends to award, on a sole source basis, a contract to procure meals, lodging, training services, and other support for JROTC 4th Brigade’s Camp Mountain STEM. The statutory authority for the sole source procurement of these services is Federal Acquisition Regulation (FAR) 13.106-1(b)(1), Soliciting from a Single Source, which states, “For purchases not exceeding the Simplified Acquisition Threshold (SAT), (i) Contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source 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: 611310, Colleges, Universities, and Professional Schools with a size standard of $34.5M. The requested Period of Performance is 21-27 June 2025.
    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 Contract Specialist, Amber Goetz, at Amber.m.goetz.civ@army.mil and the Contracting Officer, Ranetta M. Deramos, at Ranetta.m.deramos.civ@army.mil, no later than 4 June 2025 at 10:00a.m. ET (Fort
    Knox local time).

    Key dates

    1. June 2, 2025Posted Date
    2. June 4, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    4BDE CAMP MOUNTAIN STEM 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.