Search Contract Opportunities

5BDE Laredo ISD JCLC

ID: PANMCC-26-P-0000-041414 • Type: Sources Sought • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

SOURCES SOUGHT NOTICE

This is a Sources Sought Notice ONLY. The U.S. Government desires to procure lodging, meals, equipment, services and facility usage for 120 cadets, 16 cadre, and 4 Chaperones conducting Laredo Independent School District (LISD) Junior Cadet Leadership Challenge (JCLC), from 04 May 2026 to 09 May 2026 on a small business set-aside basis, provided two (2) or more qualified small businesses respond to this notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if two (2) or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.

This notice is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The anticipated NAICS code is 721214; This U.S. industry comprises establishments primarily engaged in operating overnight recreational camps, such as children's camps, family vacation camps, hunting and fishing camps, and outdoor adventure retreats, that offer trail riding, white water rafting, hiking, and similar activities. These establishments provide accommodation facilities, such as cabins and fixed campsites, and other amenities, such as food services, recreational facilities and equipment, and organized recreational activities. The size standard in millions of dollars for this NAICS code is $9M.

Attached is the draft Performance Work Statement (PWS). The contractor shall provide lodging facilities, training facilities, meals services, furniture, equipment, supplies, facilities, medical services, tools, management, certified trainers and labor in accordance with the terms, conditions and specifications set forth in the Draft Performance Work Statement. The contractor shall perform to the standards in this contract.

Responses to this notice shall be e-mailed to the Contract Specialist, Bryce L. Medley at bryce.l.medley.civ@army.mil no later than 27 March 2026 at 11:00am ET (Fort Knox local time).

Limitations on subcontracting and nonmanufacturer rule do not apply to small business set-asides for contracts at or below the Simplified Acquisition Threshold (SAT). It does apply to 8(a), HUBZone, SDVOSB, EDWOSB, and WOSB set-asides regardless of the dollar value of the award.

Small business contractors awarded contracts above the SAT are required to comply with Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting when utilizing subcontractors. The penalty for non-compliance is the greater of (A) $500K or (B) the dollar amount expended, in excess of permitted levels.

See FAR 52.219-14 - Limitations on Subcontracting for Small Business.

All WOSB firms need to take action in certifications.sba.gov in order to compete for WOSB Federal Contracting Program set-aside contracts.

In response to this notice, please provide:

1. Name of the firm, point of contact, phone number, email address, Unique Entity Identifier, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.

4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.

6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 520-944-7373, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the sam.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.

Background
The U.S. Government is seeking to procure lodging, meals, equipment, services, and facility usage for 120 cadets, 16 cadre, and 4 chaperones participating in the Laredo Independent School District (LISD) Junior Cadet Leadership Challenge (JCLC) from May 4 to May 9, 2026.

This contract aims to support the annual JROTC requirement by providing necessary facilities and services for leadership training and citizenship exercises. The solicitation encourages small businesses from various socioeconomic categories to respond with their capabilities.

Work Details
The contractor shall provide:
- Lodging facilities that include climate-controlled rooms with running hot water, toilets, showers, sinks, and personal space for participants;
- Food services that ensure meals are served at appropriate temperatures;
- Transportation logistics including two golf carts;
- Medical support with a qualified professional on-site;
- Management and supervision of all activities; and
- Necessary supplies and equipment as outlined in the Draft Performance Work Statement (PWS).

Specific tasks include ensuring the facilities meet safety regulations, providing adequate waste disposal solutions, and maintaining a clean environment throughout the camp duration. The contractor must also coordinate meal menus with designated points of contact prior to the event.

Period of Performance
The contract will be performed from May 4 to May 9, 2026.

Place of Performance
The work will be performed at a vendor's location within 50 miles of Sandia Texas, zip code 78383.

Overview

Response Deadline
March 27, 2026, 11:00 a.m. EDT Past Due
Posted
March 25, 2026, 12:11 p.m. EDT
Set Aside
None
Place of Performance
Sandia, TX United States
Source

Current SBA Size Standard
$9 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$80,000 - $180,000 (AI estimate)
Odds of Award
37%
On 3/25/26 MICC Fort Knox issued Sources Sought PANMCC-26-P-0000-041414 for 5BDE Laredo ISD JCLC due 3/27/26. The opportunity was issued full & open with NAICS 721214 and PSC G003.
Primary Contact
Name
Bryce L. Medley   Profile
Phone
(520) 725-3828

Additional Contacts in Documents

Title Name Email Phone
MICC Advocate for Competition Scott Kukes Profile scott.d.kukes.civ@army.mil (520) 944-7373

Documents

Posted documents for Sources Sought PANMCC-26-P-0000-041414

Opportunity Assistant

Incumbent or Similar Awards

Contracts Similar to Sources Sought PANMCC-26-P-0000-041414

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought PANMCC-26-P-0000-041414

Similar Active Opportunities

Open contract opportunities similar to Sources Sought PANMCC-26-P-0000-041414

Experts for 5BDE Laredo ISD JCLC

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > FDO SAM HOUSTON
FPDS Organization Code
2100-W9124D
Source Organization Code
500045816
Last Updated
March 25, 2026
Last Updated By
terry.d.phillips6.civ@army.mil
Archive Date
July 15, 2026