SOURCES SOUGHT NOTICE
This is a Sources Sought Notice ONLY. The U.S. Government desires to procure a full meal support system, lodging accommodations, training facilities, and other related support services for 250 Cadets and 50 Cadre participating in Army Junior Reserve Officers' Training Corps (JROTC) Junior Cadet Leadership Challenge (JCLC) Camp Manatoc at Peninsula, Ohio. The JCLC will take place at the Contractor’s location, which must provide co-located lodging and training facilities within a 20-mile radius of Peninsula, Ohio, with the period of performance (POP) set for 09-13 June 2025. The Contractor shall furnish all the equipment and material required for the meals, lodging and training activities that will take place during JCLC Camp. The government aims to acquire these services 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 U.S. 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.
Illustrative Examples:
Fishing camps with accommodation facilities
Dude ranches
Vacation camps (except campgrounds, day, instructional)
Hunting camps with accommodation facilities
Wilderness camps
Outdoor adventure retreats with accommodation facilities
Cross-References. Establishments primarily engaged in--
• Operating instructional camps, such as sports camps, fine arts camps, and computer
camps--are classified in Sector 61, Educational Services, based on the nature of
instruction; and
• Operating children's day camps (except instructional)--are classified in Industry
713990, All Other Amusement and Recreation Industries.
The size standards in millions of dollars for this NAICS code is $9M.
The contractor shall provide lodging, meals, training facilities and other related services
in accordance with the terms, conditions and specifications set forth in the Draft
Performance Work Statement (PWS). The contractor shall perform to the standards in
the PWS. Attached is the draft Performance Work Statement (PWS) for details.
Responses to this notice shall be e-mailed to the Contract Specialist, Rosacelia M.
Anicete at rosacelia.m.anicete.civ@army.mil AND the KO, Ranetta M. DeRamos at
ranetta.m.deramos.civ@army.mil no later than 16 April 2025 at 11:00 a.m. 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, 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, 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@mail.mil or 210-466-2269,
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.