Loading...
PANMCC26P0000044250
Response Deadline
Apr 23, 2026, 3:00 PM(EDT)6 days
Eligibility
Contract Type
Sources Sought
SOURCES SOUGHT NOTICE
Requirement for Lodging, Meals, and Support for the New Mexico Military Institute (NMMI) ROTC Mini Camp
This is a Sources Sought Notice for market research purposes only and does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP). The U.S. Government is not seeking quotes or proposals at this time and will not accept unsolicited proposals in response to this notice. This notice does not commit the U.S. Government to contract for any supply or service whatsoever. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice.
The U.S. Government desires to procure all personnel, equipment, supplies, facilities, supervision, and other non-personal services necessary to provide lodging, meals, room cleaning, and other support for approximately 50 cadets participating in the New Mexico Military Institute (NMMI) ROTC Mini Camp from 23-27 June 2026. All services are to be performed at the New Mexico Military Institute, 101 W. College Blvd, Roswell, NM 88201. The purpose of this notice is to identify sources capable of meeting the requirement, which will inform the Government’s acquisition strategy.
This requirement may be considered for a small business set-aside if two (2) or more qualified small businesses respond to this notice with information sufficient to support a set-aside. We encourage all small businesses, in all socioeconomic categories (including, but not limited to, 8(a) Business Development Program, Small Disadvantaged Business, Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned, and Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement. The anticipated North American Industry Classification System (NAICS) code is 721214 – Recreational and Vacation Camps (except Campgrounds), with a corresponding size standard of $9.0 Million.
The full requirement details are specified in the attached draft Performance Work Statement (PWS).
INSTRUCTIONS FOR RESPONDENTS
Interested parties are invited to submit a capability statement addressing the items listed below. Responses to this notice shall be e-mailed to the points of contact listed below no later than 11:00 a.m. Eastern Time on 23 April 2026.
Primary Point of Contact: Eric V. Tollefson, eric.v.tollefson.civ@army.mil
Secondary Point of Contact: Samuel M. Henderson, samuel.m.henderson.civ@army.mil
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 businesstype(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.
Eric V. Tollefson
Samuel M. Henderson
DEPT OF DEFENSE
DEPT OF THE ARMY
AMC
ACC
MISSION INSTALLATION CONTRACTING COMMAND
FDO SAM HOUSTON
W6QM MICC-FT KNOX
W6QM MICC-FT KNOX
KO DIRECTORATE OF CONTRACTIN
BLDG 1109B RM 250
FORT KNOX, KY, 40121-5000
NAICS
Recreational and Vacation Camps (except Campgrounds)
PSC
SOCIAL- RECREATIONAL
Set-Aside
Total Small Business Set-Aside (FAR 19.5)