JCLC CAMP WILDERNESS – LODGING, MEALS AND FACILITY USAGE
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 conducting a Sources Sought to identify qualified small businesses capable of providing lodging, meals, and facility usage for the Junior Cadet Leadership Challenge (JCLC) Camp Wilderness in/near St. Paul, MN. This requirement supports approximately 115 cadets and 15 cadre from May 26 to June 3, 2026, with a working group on May 12, 2026. The government intends to set this aside for small businesses if sufficient responses are received. Responses are due February 18, 2026.
Scope of Work
The requirement is for non-personal services encompassing comprehensive support for the JCLC camp. Key services include:
- Meals: Provision of breakfast, lunch, and dinner for approximately 115 cadets and 15 cadre across two training cycles. Meals must be hot, nutritionally balanced (USDA guidelines), and accommodate vegetarians. Two serving lines are required, with food ready 15 minutes before scheduled times.
- Lodging: Provision of three troop lodges, each accommodating 30-40 cadets and chaperones, totaling 115 bunk-style beds with mattresses. Separate lodging for cadre and wall lockers for each cadet are also required.
- Facilities: Access to and instruction for various training facilities, including low and high ropes courses, a leadership reaction course, climbing tower, obstacle course, land navigation course, swimming pool/lake, athletic field, and canoes/canoe course. Certified lifeguards, spotters, and trained instructors are mandatory for specific activities.
- Medical Support: On-site trained medical staff, including at least one EMT-certified individual, an on-call physician, and a designated landing area for air evacuation. Performance standards include maintaining facilities at 95% cleanliness, ensuring 90% ice retention in water containers, 100% availability of portable toilets, and 95% compliance for meal delivery and quality.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Anticipated Contract Type: Non-personal services
- Duration: May 12, 2026 (working group) and May 26 - June 3, 2026 (main camp)
- Set-Aside: Intended Small Business Set-Aside (contingent on responses)
- NAICS: 721214 Recreational and Vacation Camps (except Campgrounds) with a $9.0M size standard.
- Response Due: February 18, 2026, at 9:00 a.m. EST (Fort Knox local time)
- Published: February 9, 2026
Response Requirements
Interested firms should provide:
- Firm name, POC, phone, email, UEI, CAGE, and small business status/certifications (e.g., 8(a), SDB, HUBZone, SDVOSB, WOSB) with corresponding NAICS.
- Indication of interest as a prime contractor, including any subcontracting, joint ventures, or teaming arrangements.
- Detailed information on previous experience with similar requirements (size, scope, complexity, timeframe, government/commercial).
- Information on commercial availability, including pricing, basis for pricing, delivery schedules, and customary terms.
- Recommendations on structuring contract requirements to facilitate small business competition.
- Identification of any conditions restricting competition, with rationale.
- Recommendations to improve the approach/specifications/draft PWS.
Additional Notes
This is a Sources Sought notice for information and planning purposes only and does not constitute a solicitation or promise to issue one. The government will not pay for information submitted. Not responding does not preclude participation in future solicitations. Potential offerors are responsible for monitoring SAM.gov for updates. WOSB firms must be certified in beta.certify.sba.gov to compete for WOSB set-asides.