Search Contract Opportunities

6BDE JCLC Miami Dade County Schools

ID: PANMCC25P0000016857 • Type: Sources Sought

Description

SOURCES SOUGHT NOTICE

This is a Sources Sought Notice ONLY. The U.S. Government desires to procure lodging accommodations, meal preparation services, training facilities, and other general support services in accordance with the Performance Work Statement (PWS) Draft for Cadets and Cadre participating in Army Junior Cadet Leadership Challenge (JCLC) Camp Miami-Dade in Paisley, Florida on 9-13 June 2025 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 Recreational and Vacation Camps (except Campgrounds); 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.

Illustrative Examples:

Fishing camps with accommodation facilities

Dude ranches

Vacation camps (except campgrounds, day, instructional)

Hunting camps with accommodation facilities

Wilderness camps

Outdoor adventure retreats with accommodation facilities

Cross-References. Establishments primarily engaged in--

Operating instructional camps, such as sports camps, fine arts camps, and computer

camps--are classified in Sector 61, Educational Services, based on the nature of instruction; and

Operating children's day camps (except instructional)--are classified in Industry 713990, All Other Amusement and Recreation Industries.

The size standards in millions of dollars for this NAICS code is $9M.

The contractor shall provide lodging, meals, training facilities and other related services in accordance with the terms, conditions and specifications set forth in the Draft Performance Work Statement (PWS). The contractor shall perform to the standards in the PWS. Attached is the draft Performance Work Statement (PWS) for details.

Responses to this notice shall be e-mailed to the Contract Specialist, Rosacelia M. Anicete at rosacelia.m.anicete.civ@army.mil AND the KO, Ranetta M. DeRamos at ranetta.m.deramos.civ@army.mil no later than 11 April 2025 at 11:00 a.m. 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 beta.certify.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, DUNS number, 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@mail.mil or 210-466-2269, 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 accommodations, meal preparation services, training facilities, and general support services for the Army Junior Cadet Leadership Challenge (JCLC) Camp Miami-Dade in Paisley, Florida, scheduled for June 9-13, 2025.

This contract aims to support cadets and cadre participating in the JCLC program, which is designed to instill values of citizenship and personal responsibility among students in the Junior Reserve Officers' Training Corps (JROTC). The solicitation encourages participation from small businesses across various socioeconomic categories.

Work Details
The contractor shall provide comprehensive services including:
1. Lodging: Non-smoking sleeping facilities with one individual per bed/cot and separate accommodations for males and females, including shower and bathroom areas.
2. Meals: Provision of 3,600 hot meals and 1,200 evening snacks for 275 cadets and 50 cadre members, with a menu coordinated with the Government at least 10 days prior to the event.
3. Training Facilities: Multiple training sites equipped with necessary amenities such as a Camp Operations Center, first aid facility, amphitheater, latrines, showers, and various training courses including Land Navigation and COPE courses.
4. Equipment: Provision of 15 golf carts for cadre use and 25 two-way radios for communication needs during the camp.
5. Quality Assurance: The contractor must adhere to performance standards outlined in the Performance Work Statement (PWS), ensuring compliance with safety codes and quality control measures.

Period of Performance
The contract will be performed over a period from June 9 to June 13, 2025.

Place of Performance
Paisley, Florida

Overview

Response Deadline
April 11, 2025, 11:00 a.m. EDT Past Due
Posted
April 9, 2025, 12:09 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Paisley, FL 32767 United States
Source
SAM

Current SBA Size Standard
$9 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
37%
Signs of Shaping
96% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 4/9/25 MICC Fort Knox issued Sources Sought PANMCC25P0000016857 for 6BDE JCLC Miami Dade County Schools due 4/11/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 721214 (SBA Size Standard $9 Million) and PSC G003.
Primary Contact
Name
Rosacelia   Profile
Phone
(520) 624-0805

Secondary Contact

Name
Ranetta M. DeRamos   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
MICC Advocate for Competition Scott Kukes Profile scott.d.kukes.civ@mail.mil +12104662269

Documents

Posted documents for Sources Sought PANMCC25P0000016857

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought PANMCC25P0000016857

Similar Active Opportunities

Open contract opportunities similar to Sources Sought PANMCC25P0000016857

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
April 26, 2025
Last Updated By
ranetta.m.deramos.civ@mail.mil
Archive Date
April 26, 2025