Venue Manager
ID: W912JB-25-Q-A048Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NF USPFO ACTIVITY MI ARNGLANSING, MI, 48906-2934, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Venue Manager to support the Michigan National Guard (MING) in exercise venue management and planning for domestic operations and defense exercises. The contractor will be responsible for developing training venues, coordinating with local emergency authorities, and ensuring operational readiness through the Joint Event Life Cycle (JELC), which includes planning meetings and assessments. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), is crucial for effective exercise coordination and operational support, with a performance period of four months starting April 1, 2025. Interested parties must submit proposals by March 13, 2025, and can direct inquiries to Kelli Kelley at kelli.m.kelley3.civ@army.mil or by phone at 517-481-7852.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Solicitation W912JB-25-A048 for a Venue Manager, restricted to Service Disabled Veteran Owned Small Businesses. The solicitation details key information, including the NAICS code (541990), a size standard of $19.5 million, and an issue date of February 28, 2024, with a closing date of March 13, 2025. Interested parties must submit written questions by March 7, 2025. Proposals should be structured according to specific guidelines, including a clear organization of quote content across four volumes: Cover Letter, Technical Capability, Price Quote, and Past Performance. The evaluation criteria will focus on technical capability, price reasonableness, and past performance, with submission formats specified as MS 365 compatible. Offerors must disclose any Organizational Conflicts of Interest and demonstrate compliance with all requirements. The final award will be a Firm-Fixed Price contract, and completeness will be crucial for evaluation. Thus, potential contractors are encouraged to submit their best offers upfront, as discussions may not occur post-submission.
    The Performance Work Statement (PWS) for the Michigan National Guard (MING) outlines the responsibilities and scope of services for a contractor, who will provide expertise in exercise venue management, planning, and execution of domestic operations and defense exercises. The contractor must develop resources and training venues, engage local emergency authorities, and create realistic exercise scenarios. Significant emphasis is placed on the Joint Event Life Cycle (JELC), which includes multiple planning meetings and assessments to ensure operational readiness. The contractor's support extends to coordinating joint exercises and relationships among military and civilian entities, developing cybersecurity measures, and producing After Action Reports (AARs) to analyze performance outcomes. The contract spans a four-month period and requires in-person participation and telecommunication with MING personnel while adhering to strict quality control and assurance measures. Additionally, the document specifies the contractor’s qualifications, which include five years of related experience and relevant certifications. The contractor is required to comply with various security protocols and training. Overall, this PWS illustrates the structured approach MING uses for effective exercise coordination and operational readiness within the framework of national disaster response.
    The document outlines the wage determination for contracts subject to the Service Contract Act, specifically for the Alpena region in Michigan for the year 2025. It stipulates minimum wage rates based on Executive Orders 14026 and 13658, requiring contractors to pay at least $17.75 per hour for contracts initiated or renewed after January 30, 2022, or $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022. The document includes detailed occupational listings across various service sectors with corresponding wage rates, noting that rates may vary based on fringe benefits and specific job classifications. Furthermore, it addresses the applicability of paid sick leave under Executive Order 13706, which mandates paid leave for federal contractors. Overall, the file serves as a regulatory guideline to ensure fair compensation and worker protections for employees engaged in federally funded contracts, emphasizing compliance with established wage standards and benefits. This aligns with the government's goals of promoting equitable labor practices through federal contracts.
    The document outlines the wage determination under the Service Contract Act, specifically for contracts in Eaton and Ingham counties, Michigan for the year 2025. It specifies minimum wage rates required under Executive Orders 14026 and 13658, stating that contracts initiated on or after January 30, 2022, must pay a minimum of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, are subject to $13.30 per hour unless a higher rate is stipulated. It provides a detailed listing of various occupations, their corresponding codes, and wage rates for positions such as administrative roles, automotive services, healthcare, and information technology. Additionally, it highlights the need for fringe benefits, such as health and welfare, vacation, and holidays, alongside requirements for paid sick leave under Executive Order 13706. The document stresses compliance with wage determination regulations and the conformance process for unlisted occupations, emphasizing the importance of proper classification and wage alignment. Overall, it serves as a comprehensive guide for contractors involved in federal service contracts, ensuring fair compensation and adherence to labor standards.
    The document outlines the Wage Determination No. 2015-4853 for Kalamazoo, Michigan, under the Service Contract Act (SCA) as mandated by the U.S. Department of Labor. It specifies the minimum wage rates for various occupations applicable to federal contracts, particularly emphasizing compliance with Executive Orders 14026 and 13658. For contracts initiated after January 30, 2022, the minimum wage is set at $17.75, while contracts awarded between January 1, 2015, and January 29, 2022, carry a lower wage of $13.30 unless otherwise specified. The determination includes a comprehensive list of occupations, their corresponding codes, and required hourly wage rates alongside benefits such as health and welfare, paid vacation, and sick leave, underscoring contractors' responsibilities towards employee welfare. Key points also address conditions for additional classifications and wage rates through a formal conformance process for roles not explicitly listed. Overall, this document serves as a critical guide for federal contractors operating in Kalamazoo, ensuring they meet federal wage and benefit standards while fostering fair labor practices. It is essential for compliance, worker protection, and the management of public contracts in the region.
    The document outlines a Request for Proposal (RFP) for a Venue Manager to be provided over a four-month period, with the anticipated start date of April 1, 2025. The contractor is responsible for supplying all necessary personnel, equipment, tools, materials, and supervision to fulfill the requirements specified in the Performance Work Statement (PWS) associated with this contract. The project emphasizes the importance of effective quality control and travel arrangements for the personnel involved. The RFP follows a Firm Fixed Price (FFP) structure and specifies only one item, CLIN 0001, for the Venue Manager services required. This procurement effort reflects the government's commitment to ensuring adequate management and operational support for the specified venue, reinforcing the necessity for compliance with contract terms and conditions.
    This document outlines the solicitation provisions and clauses for federal contracts, specifically detailing requirements for compliance, contractor conduct, and evaluation criteria. It includes clauses related to ethics, business practices, procurement integrity, and regulations aimed at ensuring fair competition and accountability among contractors. Key provisions address restrictions on certain subcontractors, eligibility and diversity standards for small businesses, and compliance with federal labor laws. The instructions guide offerors on submitting proposals, emphasizing necessary documentation such as representations, certifications, and pricing. The evaluation will consider technical capability, price, and past performance, ensuring that awarded contracts provide the best value to the government. Additionally, the document mandates transparency in financial reporting and compliance with national security regulations, addressing prohibitions related to certain foreign engagements. Overall, this solicitation serves as a framework to uphold integrity, promote ethical standards in government contracting, and ensure fair access to opportunities for diverse business entities while maintaining rigorous oversight and compliance with federal laws.
    The document is currently inaccessible due to technical limitations in the PDF viewer, preventing the extraction of its contents. Therefore, I cannot summarize specific information or key points from the file. Without the text, my analysis, capturing the essence of the content, or identifying the main purpose or topic of the document related to federal and state RFPs and grants cannot be accomplished. Please provide a readable format or alternative access to the document for further analysis and summarization.
    Lifecycle
    Title
    Type
    Venue Manager
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Exercise Coordinator
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for an Exercise Coordinator role under contract W912JB-25-A047, exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contractor will be responsible for providing personnel, equipment, and resources to support the Michigan National Guard in planning and executing military exercises, ensuring readiness for domestic operations over a four-month period starting April 1, 2025. This procurement is crucial for enhancing operational efficiency and collaboration with local, state, and federal entities during crisis management. Interested parties must submit their quotes by March 13, 2025, and direct any questions to Kelli Kelley at kelli.m.kelley3.civ@army.mil or by phone at 517-481-7852.
    JROTC Co-Curricular National Drill Championship
    Buyer not available
    The Department of Defense, specifically the U.S. Army Cadet Command (USACC), is seeking a contractor to manage the JROTC Co-Curricular National Drill Championship events, which will take place from March to June 2025. The contractor will be responsible for comprehensive event planning and logistics, including personnel management, competition oversight, and award ceremonies for both the Army JROTC National Drill Championships and the National High School Drill Team Championships. This contract is crucial for fostering leadership and citizenship among high school students in JROTC programs, emphasizing the need for high safety and quality standards throughout the events. Interested parties should contact Eric V. Tollefson at eric.v.tollefson.civ@army.mil or Samuel M. Henderson at Samuel.M.Henderson1.civ@mail.mil for further details.
    VAARNG FY25 Family Program Volunteer Workshop
    Buyer not available
    The Department of Defense, specifically the Virginia Army National Guard (VaARNG), is seeking a contractor to organize a Volunteer Recognition Workshop and Youth Symposium scheduled for May 2-4, 2025, in Richmond, Virginia. The contractor will be responsible for providing comprehensive services, including lodging for 25 staff members, catering for approximately 100 adults and 15 children, event space, audio/visual support, parking management, and childcare, all while adhering to federal regulations and quality assurance standards. This procurement is part of the government's commitment to support small businesses, particularly those owned by women and economically disadvantaged individuals, with a total contract value capped at $40 million. Interested vendors must submit their bids by March 20, 2025, and can contact Matthew Guyer at matthew.c.guyer.civ@army.mil or Rebecca Fowler at rebecca.l.fowler6.civ@army.mil for further information.
    ILARNG CERF-P EXEVAL 2025
    Buyer not available
    The Department of Defense, through the Illinois Army National Guard, is seeking proposals for the ILARNG CERF-P External Evaluation (EXEVAL) 2025, scheduled for March 26-29, 2025, in Sparta, Illinois. The contract aims to provide essential support services, including role players, moulage, mannequins, and ambulance support, to enhance the training and certification of the Illinois Chemical Biological Radiological Nuclear (CBRN) Chemical Enhanced Response Force Package (CERFP) for domestic contingencies. This procurement is critical for improving the state's CBRN response capabilities and ensuring compliance with federal and state regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by March 4, 2025, with questions due by February 25, 2025. For further inquiries, potential contractors can contact Lawrence Romang at lawrence.j.romang.civ@army.mil or Donald Piper at donald.g.piper6.mil@army.mil.
    Army Writing Course 2025
    Buyer not available
    The Department of Defense, specifically the Maryland Army National Guard (MDARNG), is seeking proposals for a commercial contract to provide an Army Writing Course in 2025 aimed at enhancing the writing skills of up to 30 junior Army Officers. The course will focus on effective memorandums and correspondence in accordance with Army Regulation (AR) 25-50 and will take place over two days at the 70th Regional Training Institute in Aberdeen Proving Grounds, Maryland, on April 2-3, 2025. This training is crucial for improving military communication standards and is set aside for small businesses under NAICS code 611691, with a firm fixed-price contract type. Interested bidders must submit their quotes by March 4, 2025, and can direct inquiries to Victor Mejia at victor.a.mejia4.civ@army.mil.
    MCJROTC National Raider Competition
    Buyer not available
    The Department of Defense, specifically the Commander of the Department of the Navy, is seeking a contractor to organize the Marine Corps Junior Reserve Officer Training Corps (MCJROTC) National Raider Competition, scheduled for April 24 to April 27, 2025, in Pennsylvania. The contractor will be responsible for providing essential services including facilities, lodging, meals, logistics, transportation, and competitive activities for approximately 220 cadets and 60 instructors, with a focus on enhancing leadership and physical skills through structured outdoor events. This initiative is crucial for fostering camaraderie, physical fitness, and leadership development among participants in a challenging environment. Interested vendors must express their capability to meet the service requirements within three days of publication by contacting Danny Ly at danny.ly@usmc.mil or 703-784-3564, or Bradley Hoover at bradley.hoover@usmc.mil, as no solicitation document is available and the contract will be awarded under Simplified Acquisition Procedures.
    Force Protection Detachment Critical Skills Course High Risk Driving, Advanced Shooting, and Tactical Casualty Care
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the Force Protection Detachment Critical Skills Course, which includes high-risk driving, advanced shooting, and tactical casualty care training. The procurement aims to provide comprehensive training for military personnel, particularly focusing on skills necessary for operating in austere environments and handling high-risk scenarios, such as active shooter situations and potential kidnappings. This training is crucial for enhancing the operational readiness and effectiveness of Force Protection Detachment Special Agents and Foreign Service National Investigators. Interested contractors, particularly those who are Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by March 3, 2025, with the training scheduled to commence in March 2025 and conclude by March 2026. For further inquiries, potential bidders can contact Ms. Erika G. Barrera at erika.g.barrera.civ@army.mil or Craig Dogger at Craig.D.Dogger.civ@army.mil.
    District of Columbia National Guard Family Programs Youth Symposium
    Buyer not available
    The Department of Defense, through the District of Columbia National Guard (DCNG), is soliciting quotes for the Family Programs Youth Symposium scheduled for July 11-13, 2025, in Alexandria, Virginia. The procurement requires services including meals, lodging, and conference facilities for approximately 50 participants, with specific deliverables such as buffet-style meals and 25 double non-smoking guest rooms for two nights. This opportunity is set aside exclusively for small businesses, with a maximum revenue cap of $40 million, emphasizing the importance of supporting local vendors in government contracting. Interested parties must submit their quotes by March 3, 2025, and can direct inquiries to MSG Terrell Moore at terrell.a.moore.mil@army.mil or MAJ Darrin Weaver at darrin.j.weaver.mil@army.mil.
    NJ Army National Guard (113th IN) Yellow Ribbon RP Event
    Buyer not available
    The Department of Defense, through the New Jersey Army National Guard, is seeking proposals for the Yellow Ribbon Reintegration Program event scheduled for April 5-6, 2025, in Jersey City, New Jersey. The contractor will be responsible for securing a venue that accommodates approximately 380 attendees, providing necessary catering services, and ensuring logistical support for presentations and vendor interactions. This event is crucial for supporting service members and their families by offering resources and information regarding post-deployment benefits. Interested contractors should contact Cesar Romero at cesar.a.romero2.civ@army.mil or Brian Aston at brian.j.aston.civ@army.mil for further details regarding the proposal submission process.
    2025 JBLE Air Show-Tents, Tables & Chairs
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide tents, tables, and chairs for the 2025 JBLE Air Show at Langley Air Force Base in Virginia. The contractor will be responsible for the rental, delivery, setup, teardown, and removal of the equipment, ensuring compliance with all relevant federal, state, and local regulations, including safety standards. This procurement is crucial for the successful execution of the airshow scheduled for April 25-27, 2025, with setup beginning on April 23 and removal concluding by April 28. Interested parties should contact Nathan Kemmerer at nathan.kemmerer@us.af.mil or 757-225-0227, and must submit their proposals by the deadline of March 5, 2024, adhering to the requirements outlined in the Performance Work Statement.