JCLC BCPS
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 U.S. Army is conducting a Sources Sought to identify qualified small businesses capable of providing meals, lodging, and facility usage for the Junior Cadet Leadership Challenge (JCLC) Baltimore City Public Schools (BCPS). This event will take place from June 12-17, 2026, in Baltimore, MD. The government intends to set aside this requirement for small businesses if at least two qualified firms respond. Responses are due by April 16, 2026, at 11:00 a.m. ET.
Purpose
This is a Sources Sought Notice for market research and planning purposes only; it is not a solicitation. The U.S. Government seeks to determine the availability of small businesses to support the JCLC BCPS event. The requirement may be set aside as a Total Small Business Set-Aside if sufficient interest and capability are demonstrated by small businesses across all socioeconomic categories.
Scope of Work
The requirement is for non-personal services including personnel, equipment, supplies, facilities, transportation, tools, and supervision. Key services include:
- Lodging and Meals: For 350 Cadets and 60 Cadre. Meals include hot breakfast/dinner and cold to-go lunches, nutritionally balanced per Army Regulation 30-22, with vegetarian options for approximately 10 individuals. Lodging requires two or three-person, air-conditioned rooms, separated by gender, with separate restrooms/showers. No bedding is provided.
- Facility Usage: Access to an Auditorium, Classrooms, Gymnasium, Track & Field, Aquatic Center, and an indoor swimming pool. All services must be co-located.
- Additional: Provision of skirted tables for registration.
Period & Place of Performance
The services are required from June 12-17, 2026, within Baltimore City Public Schools, with a maximum travel allowance of 25 miles from 2500 E. Northern Parkway, Baltimore, MD 21214.
Contract Details
- Anticipated NAICS Code: 721214 – Recreational and Vacation Camps (except Campgrounds).
- Size Standard: $9 million.
- Anticipated Contract Type: Firm Fixed Price (if a solicitation is issued).
- Set-Aside: Potential Total Small Business Set-Aside.
Submission Requirements
Interested small businesses should provide:
- Firm name, POC, contact info, DUNS, CAGE code, and small business status/certifications.
- Indication of interest as a prime contractor, including any subcontracting, joint venture, or teaming arrangements.
- Detailed experience on similar requirements (size, scope, complexity, timeframe).
- Information on commercial availability, including pricing, delivery schedules, and terms.
- Recommendations to structure contract requirements for small business competition.
- Identification of any factors restricting competition.
- Recommendations to improve the draft PWS/PRS.
Key Dates & Contacts
- Responses Due: April 16, 2026, at 11:00 a.m. ET (Fort Knox local time).
- Submission Email: Jazlyne T. Barnes (Jazlyne.t.barnes.civ@army.mil) AND Ranetta M. Deramos (ranetta.m.deramos.civ@army.mil).
Important Notes
This notice does not commit the Government to contract for any supply or service. Responders are responsible for monitoring the Government-wide Point of Entry (GPE) for any future solicitations. Limitations on subcontracting and the nonmanufacturer rule may apply.