6BDE JCLC Patriot Shands
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, MICC-FT KNOX, is soliciting proposals for a non-personal services contract to support the JCLC Patriot Shands event. This opportunity, titled "6BDE JCLC Patriot Shands," requires providing all necessary personnel, equipment, supplies, and services for the event taking place in Perry, FL, from June 7-12, 2026. This is a Total Small Business Set-Aside. Proposals are due by April 29, 2026, at 10:00 AM Local Time.
Scope of Work
The contractor will provide comprehensive support for the Junior Reserve Officers' Training Corps (JROTC) Cadet Leadership Challenge (JCLC) Patriot Shands 2026. Key services include:
- Lodging: Accommodations for 315 Cadets and 75 Cadre, with separate male/female quarters and shower/bathroom areas. Sleeping facilities must be non-smoking, with one bed/cot per person.
- Meals: Provision of Cadet and Cadre breakfast, lunch, and dinner meals (hot, MRE-type on specific days), adhering to DA Pam 30-22 standards.
- Facilities & Training: Access to training facilities and staff for events such as Land Navigation Course, COPE course (high and low ropes), Rope Bridge Course, water safety training, swimming, lake activities, and canoeing. Facilities must be within 114 miles of Taylor County High School, Perry, FL.
- Transportation: Provision of 24 gas-operated golf carts for Cadre use.
- Support Personnel: Minimum of two lifeguards for water safety and a minimum of 10 safety/security guards/medics/EMTs for 24-hour roving presence.
- Logistics: Provision of potable drinking water, ice, 10 portable latrines, and 4 portable sanitation units.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: June 7, 2026, to June 12, 2026
- NAICS Code: 721214 (Recreational Vehicle Parks and Recreational and Vacationing Accommodations)
- Size Standard: $9,000,000.00
Submission & Evaluation
- Offer Due Date: April 29, 2026, at 10:00 AM Local Time
- Questions Due: April 22, 2026, at 10:00 AM ET
- Submission Method: Quotes must be submitted via email to the Contract Specialist.
- Quote Validity: Quotes must remain valid for 60 days after the closing date.
- Award Basis: Award will be made to the lowest priced, responsive, responsible offeror. The Government anticipates award without discussions.
Eligibility / Set-Aside
This acquisition is a 100% Total Small Business Set-Aside. Offerors must possess a valid UEI number and be registered in the System for Award Management (SAM).
Additional Notes
This is a non-personal services contract, meaning the Government will not exercise supervision or control over contractor employees. The solicitation incorporates FAR clauses by reference, including those related to commercial products and services and payment procedures (e.g., Wide Area WorkFlow - WAWF). A Performance Work Statement (PWS) and Wage Determination (No. 2015-4579, Revision No. 31) for specific Florida counties are incorporated by reference, outlining minimum wage rates and fringe benefits for various occupations.