Notice of Intent to Sole Source - 6BDE Big Foot STEM Academy
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 / Mission and Installation Contracting Command (MICC) Fort Knox has issued a Special Notice indicating its intent to award a sole source contract to the University of North Georgia for JROTC 6th Brigade’s Camp Bigfoot STEM Academy support. This includes lodging, facilities, meals, and other support services in Dahlonega, GA. The agency is, however, actively seeking other capable vendors to potentially facilitate a competitive procurement. Responses are due by May 4, 2026, 10:00 a.m. EDT.
Opportunity Details
The U.S. Government intends to award this contract on a sole source basis under the authority of Federal Acquisition Regulation (FAR) 12.102(a) (DFARS CD 2026-O0028) for acquisitions at or below the Simplified Acquisition Threshold (SAT). The purpose of this notice is to identify other sources that may be capable of performing these services to support a competitive procurement.
Scope of Work
This requirement covers the provision of lodging, facilities, meals, and other necessary support for the JROTC 6th Brigade’s Camp Bigfoot STEM Academy. The requested Period of Performance is May 26-30, 2026. The relevant NAICS code is 611310 (Colleges, Universities, and Professional Schools) with a size standard of $34.5M. A Draft Performance Work Statement (PWS) is attached for more details.
Set-Aside & Competition
While currently intended as a sole source, the U.S. Government highly encourages all interested businesses (large and small) to respond. A Small Business Set-Aside will only be considered if two or more small businesses respond with sufficient information to support the requirement. All small businesses, including those in socioeconomic categories (8(a), SDB, HUBZone, Veteran-Owned, Service-Disabled Veteran-Owned, Women-Owned, Economically Disadvantaged Women-Owned Small Business concerns), are encouraged to identify their capabilities at a fair market price.
Response Requirements
Interested parties must submit the following information:
- Firm name, point of contact, phone, email, Unique Entity ID, CAGE code, and small business status/certifications (e.g., SDB, 8(a), HUBZone, SDVOSB, WOSB).
- Indicate interest in competing as a prime contractor and any planned subcontracting, joint ventures, or teaming arrangements.
- Detailed explanation of capabilities, including previous experience (prime or subcontractor) on similar requirements (size, scope, complexity, timeframe, government or commercial), and pertinent certifications.
- Information on commercial availability of the service, including pricing, basis for pricing (e.g., market, catalog), delivery schedules, customary terms and conditions, and warranties.
Key Dates & Contact
- Response Due Date: May 4, 2026, 10:00 a.m. EDT (Fort Knox local time)
- Contact: Candice M Hodges (Contract Specialist)
- Email: candice.m.hodges.civ@army.mil
- Phone: 520-718-8368
Additional Notes
This notice is for information and planning purposes only and does not constitute a solicitation or a promise to issue one. The U.S. Government is not seeking quotes, bids, or proposals at this time and will not accept unsolicited proposals. A determination not to compete this requirement is solely at the discretion of the Contracting Officer.