8BDE Sonora HS 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, through MICC-FT KNOX, is issuing a Sources Sought Notice to identify qualified small businesses capable of providing meals, lodging, and facility usage for the 8th Brigade Sonora High School Junior Cadet Leadership Challenge (JCLC). This event is scheduled for April 24-26, 2026, for approximately 100 cadets and 15 cadre. Responses are requested by April 6, 2026, at 9:00 AM ET.
Opportunity Details
This is a Sources Sought Notice for market research purposes only and does not constitute a solicitation. The government desires to procure these services on a small business set-aside basis, provided at least two qualified small businesses respond. All small business socioeconomic categories (8(a), SDB, HUBZone, SDVOSB, WOSB) are encouraged to demonstrate their capabilities. The anticipated NAICS code is 721214 (Overnight Recreational Camps) with a size standard of $9M.
Scope of Work (Based on Draft PWS)
The contractor will provide non-personal services for a three-day JCLC event, including:
- Lodging: Two nights of billeting for approximately 100 cadets and 15 cadre/chaperones, with separate accommodations for male and female participants.
- Meals: Seven meals per person.
- Facilities & Activities: Training areas, equipment, and supervision for a range of outdoor and leadership activities such as rappelling, rock climbing, zip-line, High & Low COPE, air rifle marksmanship, archery, and ecology hikes.
- Logistics: Management, supervision, and labor to ensure a safe and effective leadership challenge. The place of performance will be the contractor's facility.
Performance Standards
Key performance standards outlined in the draft PWS include:
- Facilities: 100% accessibility, 98% functional infrastructure.
- Billeting: 98% habitable state.
- Meals: 95% on-time service and fit for consumption.
- Training: 100% properly trained personnel, 96% serviceable, safe, and functional equipment/areas.
Response Requirements & Deadline
Interested firms must submit responses via email to Jaspyr Andres (jaspyr.m.andres.civ@army.mil) by April 6, 2026, at 9:00 AM ET. Responses should include:
- Firm name, POC, contact info, DUNS, CAGE, small business status (including type/certifications), and NAICS.
- Interest in competing as a prime, and any subcontracting/JV/teaming plans.
- Detailed past experience on similar requirements.
- Information on commercial availability, pricing, delivery, terms, and warranties.
- Recommendations to structure the contract for small business competition.
- Identification of any conditions restricting competition (with rationale and contact for MICC Advocate for Competition, Scott Kukes).
- Recommendations to improve the approach/specifications/draft PWS.
Additional Notes
This notice is for information and planning only. Not responding does not preclude participation in future solicitations. Offerors are responsible for monitoring SAM.gov for any future RFQ/IFB/RFP. Firms seeking 8(a), HUBZone, VOSB/SDVOSB, and WOSB/EDWOSB set-aside contracts must ensure their certifications are active at https://certifications.sba.gov/.