8BDE Santiago High School JCLC
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, W6QM MICC-FT KNOX, has issued a Sources Sought Notice to identify qualified small businesses capable of providing meals, lodging, and facilities for the Santiago High School JROTC Cadet Leadership Challenge (JCLC) for high schools in Florida. This is a potential Total Small Business Set-Aside, contingent on receiving sufficient responses from at least two qualified small businesses. The anticipated NAICS code is 721214 – Recreational and Vacation Camps (except Campgrounds), with an estimated contract value of $9M. Responses are due by March 20, 2026, at 11:00 a.m. ET (Fort Knox local time).
Scope of Work
The requirement is for the JROTC Cadet Leadership Challenge (JCLC), scheduled from June 8 to June 10, 2026. The contractor will provide a facility, lodging, logistical support, meals, training areas, and training activities for 64 Cadets and 8 Cadre/Chaperones. Key services include furnishing all necessary equipment, supplies, management, supervision, and labor. Activities encompass rappelling, rock climbing, zip-line, high/low COPE, air rifle range, archery, nature hikes, team building, leadership development, physical fitness, and social/recreation. Lodging for two nights must ensure separate billeting, latrines, and hygiene facilities for male/female participants and Cadets/Cadre. Seven meals per cycle are required, including a primary entrée with vegetarian option, three side dishes, fruit, salad, bread, dessert, and at least two beverage options, with menus coordinated with the Government.
Response Requirements
This is NOT a solicitation (RFQ/IFB/RFP); the Government is not seeking quotes or proposals at this time. Interested small businesses are requested to provide:
- Firm Information: Name, POC, phone, email, UEI, CAGE code, small business status (including certifications like SDB, 8(a), HUBZone, SDVOSB, WOSB), and NAICS code.
- Interest: Indicate if interested as a prime contractor and identify any subcontracting, joint ventures, or teaming arrangements.
- Experience: Detailed information on previous experience with similar requirements (size, scope, complexity, timeframe, government/commercial), demonstrating how the firm can satisfy the draft PWS.
- Commercial Availability: Information on commercial availability, including pricing, basis for pricing, delivery schedules, and customary terms.
- Competition Suggestions: Recommendations on structuring contract requirements to facilitate small business competition.
- Competition Restrictions: Identification of any conditions or actions that may unreasonably restrict competition.
- PWS Recommendations: Suggestions to improve the draft Performance Work Statement.
Contract & Timeline
- Opportunity Type: Sources Sought
- Set-Aside: Total Small Business Set-Aside (conditional)
- Anticipated NAICS: 721214 – Recreational and Vacation Camps (except Campgrounds)
- Estimated Value: $9M
- Response Due: March 20, 2026, 11:00 a.m. ET (Fort Knox local time)
- Published Date: March 13, 2026
- Period of Performance (future contract): June 8 - June 10, 2026
Additional Notes
Submitting a response does not guarantee future participation. If a solicitation is released, it will be posted on the Government-wide Point of Entry. Limitations on subcontracting and the nonmanufacturer rule apply differently based on the set-aside type and contract value (above/below SAT).