JCLC CAMP WILDERNESS – LODGING, MEALS AND FACILITY USAGE
SOL #: W9124D26QA075Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Army
W6QM MICC-FT KNOX
FORT KNOX, KY, 40121-5000, United States
Place of Performance
Saint Paul, MN
NAICS
Recreational and Vacation Camps (except Campgrounds) (721214)
PSC
Recreational Services (G003)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Feb 9, 2026
2
Last Updated
Feb 27, 2026
3
Submission Deadline
Mar 27, 2026, 1:00 PM
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-Fort Knox, is soliciting proposals for encampment services for the JROTC Cadet Leadership Challenge (JCLC) Camp Wilderness. This Total Small Business Set-Aside opportunity requires lodging, meals, and facility usage for approximately 115 cadets and 15 cadre. Services are needed from May 12, 2026, to June 3, 2026, within 150 miles of Saint Paul, MN. Proposals are due by March 27, 2026, at 09:00 AM Local Time.
Scope of Work
The contractor will provide comprehensive non-personal services, including:
- Meals: Nutritionally balanced breakfast, lunch, and dinner for cadets and cadre, accommodating vegetarians. Meals must be hot and ready 15 minutes before scheduled times.
- Lodging: Three troop lodges for cadets (30-40 each, bunk-style beds with mattresses and wall lockers) and separate lodging for cadre. Chaperones will be housed with cadets.
- Training Facilities: Access to and instruction for various activities, including low/high ropes courses, leadership reaction course, climbing tower, obstacle course, land navigation course, swimming pool/lake, athletic field, and canoe course. Certified lifeguards, spotters, and trained instructors are required.
- Medical Support: On-site medical staff (at least one EMT), an on-call physician, and an air evacuation landing area.
- Personnel: Contractor employees must be trained in food handling and safety (OSHA).
Contract Details
- Opportunity Type: Solicitation (W9124D26QA075)
- Contract Type: Firm Fixed-Price (FFP)
- Set-Aside: 100% Total Small Business Set-Aside
- NAICS Code: 721214 (Lodging)
- Product Service Code: G003 (Recreational Services)
- Period of Performance: May 12, 2026 (working group) to June 3, 2026 (main camp).
- Place of Performance: Within 150 miles of Saint Paul, MN 55123.
Submission & Evaluation
- Offer Due Date: March 27, 2026, 09:00 AM Local Time.
- Questions Deadline: March 23, 2026, 11:00 AM ET.
- Submission Method: Quotes must be submitted via email to the Contract Specialist.
- Evaluation: Award will be made to the lowest-priced, responsive, and responsible offeror. Price analysis will be used. The government intends to award without negotiations but reserves the right to negotiate.
- Eligibility: Offerors must have a valid UEI and active SAM.gov registration.
- Required Documents: Offerors must adhere to the Performance Work Statement (PWS) and consider the provided Wage Determination (No. 2015-4945) for labor costs. A Quality Control Plan (QCP) is required.
Contact Information
- Primary: Zachery E Reynolds (zachery.e.reynolds.civ@army.mil, 520-945-9035)
- Secondary: Ranetta M. DeRamos (ranetta.m.deramos.civ@army.mil)
People
Points of Contact
Zachery E ReynoldsPRIMARY
Ranetta M. DeRamosSECONDARY
Files
Versions
Version 2Viewing
Solicitation
Posted: Feb 27, 2026
Version 1
Sources Sought
Posted: Feb 9, 2026