6BDE JCLC Camp Miami-Dade
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army is issuing a Sources Sought Notice for the JROTC Cadet Leadership Challenge (JCLC) Camp Miami-Dade. This market research aims to identify qualified small businesses capable of providing all necessary personnel, equipment, and services for the 2026 camp, located within 280 miles of Miami Springs, FL. The government intends to set this requirement aside for small businesses if at least two qualified firms respond. Responses are due March 11, 2026.
Purpose & Scope
This Sources Sought notice is for information and planning purposes only and does not constitute a solicitation. The objective is to support the JCLC 2026 for Miami-Dade County Public School District's 18 JROTC programs, serving 275 Cadets and 50 Cadre. The contractor will provide a safe, supervised, and engaging experience, including:
- All personnel, equipment, supplies, lodging, facilities, transportation, tools, materials, supervision, and meal services.
- Conduct training activities such as swimming, canoeing, water survival, rappelling, land navigation, COPE (high and low ropes), rope bridge, obstacle course, and archery.
- Offer team-building activities and icebreakers.
- Provide contractor-staffed areas like Rappel Tower/Ziplining, Alpine Tower, and Catapult.
- Ensure all requirements are co-located.
Key Requirements & Performance
- Period of Performance: June 6-10, 2026, with contractor support from 6:00 am to 9:00 pm daily.
- Place of Performance: Within 280 miles of Miami Springs, FL.
- Personnel: Certified trainers (e.g., rappel master), adequate staffing.
- Lodging: Non-smoking, individual beds/cots, separate male/female and Cadre housing.
- Meals: Provide 3,625 meals, 1,300 evening snacks, and 275 MREs, with vegetarian options.
- Facilities: Two swimming pools, lake, rappelling tower, COPE course, land navigation course, obstacle course, archery range, outdoor field, and an overhead facility for inclement weather.
- Equipment: Canoes, kayaks, paddle boards, life vests, two-way radios, golf carts, first aid, and training equipment.
- Safety & Security: Compliance with fire/safety codes, emergency contingencies, lightning detection system, and secure space for the JROTC Staff Operation Center.
- Performance Standards: Evaluated via a Quality Assurance Surveillance Plan (QASP), with 100% compliance expected for all objectives detailed in Technical Exhibit A - Performance Requirements Summary.
Contract Details
- Anticipated Contract Type: Firm-Fixed Price Service Contract.
- NAICS Code: 721214 Recreational and Vacation Camps (except Campgrounds), with a size standard of $9.0M.
- Set-Aside: Total Small Business Set-Aside is anticipated, contingent on sufficient small business responses. All socioeconomic categories of small businesses are encouraged to respond.
Response Requirements
Interested firms must provide:
- Firm name, point of contact, phone, email, UEI, CAGE, small business status (including certifications), and NAICS code.
- Indication of interest as a prime contractor, and any planned subcontracting, joint ventures, or teaming arrangements.
- Detailed past experience on similar requirements (size, scope, complexity, timeframe, government/commercial).
- Information on commercial availability, including pricing, delivery schedules, terms, and warranties.
- Recommendations to structure contract requirements for small business competition.
- Identification of any conditions restricting competition, with rationale.
- Recommendations to improve the draft PWS/PRS.
Submission Details
- Response Due: March 11, 2026, at 11:00 a.m. EST (Fort Knox local time).
- Submission Method: E-mail responses to Contract Specialist Eric V. Tollefson (eric.v.tollefson.civ@army.mil) and Contracting Officer Samuel M. Henderson (samuel.m.henderson1.civ@army.mil).