Closed Solicitation · DEPT OF DEFENSE

    6BDE JCLC CAMP MIAMI-DADE

    Sol. PANMCC26P0000040157Sources SoughtSet-aside: Total Small Business Set-Aside (FAR 19.5)FORT KNOX, KY
    Closed
    STATUS
    Closed
    closed Mar 11, 2026
    POSTED
    Mar 6, 2026
    Publication date
    NAICS CODE
    721214
    Primary industry classification
    PSC CODE
    G003
    Product & service classification

    AI Summary

    The U.S. Government is seeking responses from small businesses for the JROTC Cadet Leadership Challenge Camp in Miami-Dade. This Sources Sought Notice aims to gather information to support a potential small business set-aside. Interested firms should provide their capabilities and relevant experience by March 11, 2026. The primary NAICS code is 721214, covering recreational camps.

    Contract details

    Solicitation No.
    PANMCC26P0000040157
    Notice Type
    Sources Sought
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    March 6, 2026
    Response Deadline
    March 11, 2026
    NAICS Code
    721214AI guide
    PSC / Class Code
    G003
    Issuing Office
    W6QM MICC-FT KNOX
    Primary Contact
    Eric V. Tollefson
    State
    KY
    ZIP Code
    40121-5000
    AI Product/Service
    service

    Description

    SOURCES SOUGHT NOTICE

    This is a Sources Sought Notice ONLY. The U.S. Government desires to procure all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform JROTC Cadet Leadership Challenge (JCLC) Camp Miami-Dade within 280 miles of Miami Springs, FL 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 Recreational and Vacation Camps (except Campgrounds). This industry comprises establishments primarily engaged in operating overnight recreational camps, such as children's camps, family vacation camps, hunting and fishing camps, and outdoor adventure retreats, that offer trail riding, white water rafting, hiking, and similar activities. These establishments provide accommodation facilities, such as cabins and fixed campsites, and other amenities, such as food services, recreational facilities and equipment, and organized recreational activities. The size standard for this NAICS code is $9.0M.

    Attached is the draft Performance Work Statement (PWS).

    Responses to this notice shall be e-mailed to the Contract Specialist, Eric V. Tollefson at eric.v.tollefson.civ@army.mil and Contracting Officer, Samuel M. Henderson at samuel.m.henderson1.civ@army.mil no later than 11 March 2026 at 11:00 a.m. EST (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.

    All WOSB firms need to take action in beta.certify.sba.gov in order to compete for 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, UEI number,CAGE code, a statement regarding small business status (including small businesstype(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and thecorresponding NAICS code.

    2.Identify whether your firm is interested in competing for this requirement as a primecontractor or not. Identify subcontracting, joint ventures or teaming arrangement that willbe pursued, if any.

    3.Information in sufficient detail regarding previous experience (indicate whether as aprime contractor or subcontractor) on similar requirements (include size, scope,complexity, timeframe, government or commercial), pertinent certifications, etc., that willfacilitate making a capability determination.

    4.Information to help determine if the requirement is commercially available, includingpricing information, basis for the pricing information (e.g., market pricing, catalogpricing), delivery schedules, customary terms and conditions, warranties, etc.

    5.Identify how the Army can best structure these contract requirements to facilitatecompetition by and among small business concerns.

    6.Identify any condition or action that may be having the effect of unnecessarilyrestricting competition with respect to this acquisition. Please contact the MICCAdvocate 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 subjectof the acquisition, this announcement, and the MICC POC information from the sam.govnotice. Provide the specific aspects that unreasonably restrict competition and therationale for such conclusion.

    7.Recommendations to improve the approach/specifications/draft PWS/PRS toacquiring the identified items/services.

    Key dates

    1. March 6, 2026Posted Date
    2. March 11, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    6BDE JCLC CAMP MIAMI-DADE 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.