W912LP-25-Q-5014 / 2-34 BCT Yellow Ribbon / Sioux City, IA
ID: W912LP-25-Q-5014Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M8 USPFO ACTIVITY IA ARNGJOHNSTON, IA, 50131-1824, USA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

LEASE/RENTAL OF CONFERENCE SPACE AND FACILITIES (X1AB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Iowa Army National Guard, is soliciting quotes for the 2-34th Brigade Combat Team Yellow Ribbon Event scheduled for May 17-18, 2025, in Sioux City, Iowa. The contractor will be responsible for providing all necessary personnel, equipment, and materials to support the event, which aims to assist military families in preparation for deployment, including lodging, meeting spaces, and meals for approximately 450 attendees. This procurement is categorized under NAICS Code 721110 and is set aside for small businesses, with the contract awarded based on the lowest compliant quote. Interested contractors must submit their proposals by April 30, 2025, at 10:00 a.m. central time, and can direct inquiries to Mr. Hunter Maeder at hunter.d.maeder.mil@army.mil or Ms. Kelsey Letcher at kelsey.l.letcher.civ@army.mil.

    Files
    Title
    Posted
    The Iowa Army National Guard is soliciting quotes for the 2-34th BCT Yellow Ribbon Event scheduled for May 17-18, 2025, in Sioux City, IA. Contractors are invited to submit their proposals to the USPFO—Purchasing & Contracting by April 30, 2025, at 10:00 a.m. central time. The scope of work includes providing all necessary personnel, equipment, and materials, in accordance with the Performance Work Statement (PWS). The procurement falls under NAICS Code 721110 and is designated as a small business set-aside. Award will be made based on price, favoring the bidder with the lowest compliant quote. Interested parties must be registered with the System for Award Management (SAM) to be eligible for contract award, and must invoice electronically via the Wide Area WorkFlow (WAWF) application. Incomplete submissions may be deemed non-compliant. Points of contact for inquiries include Contract Specialist Mr. Hunter Maeder and Contracting Officer Ms. Kelsey Letcher. Essential attachments include an information and pricing table, the PWS, and provisions and clauses relevant to the procurement. This RFQ illustrates the Iowa Army National Guard's efforts to engage small businesses in supporting military events through transparent bidding and compliance with federal contracting regulations.
    The document outlines the Request for Quotation (RFQ) # W912LP-25-Q-5014 for a Yellow Ribbon Event to be held in Sioux City, IA. Contractors interested in submitting quotes must complete the Contractor Information Table and the Pricing Table included within the RFQ. Essential details required include company information, point of contact, CAGE code, tax ID, payment terms, business size, and the service location address. The pricing section mandates the contractor to provide the quantity, unit, unit price, and extended price for the Yellow Ribbon Event. This RFQ highlights the process for potential contractors to formally bid on providing services for an event aimed at supporting military families, ensuring proper documentation, pricing transparency, and compliance with federal regulations as part of the contracting process. The RFQ is a critical step in facilitating the event while fostering accountability and organization among vendors.
    The Performance Work Statement (PWS) outlines the requirements for contractor services related to the 2/34 Infantry Brigade Combat Team's Yellow Ribbon Pre-Deployment Event in Sioux City, IA, scheduled for May 17-18, 2025. The contractor is responsible for providing lodging, meeting spaces, and meals while ensuring adherence to Department of Defense guidelines for the Yellow Ribbon Reintegration Program. The event aims to support service members and their families before deployment, emphasizing readiness and resilience. Key objectives include arranging 40 sleeping rooms, various meeting facilities, and meals for 450 attendees. The contractor must adhere to specific requirements regarding room configurations, food services, and audiovisual provisions. Compliance with CDC COVID-19 guidelines and a designated on-site point of contact for troubleshooting is mandated. The document also details performance standards, quality assurance measures, and applicable government regulations, with an emphasis on protecting government property and preventing conflicts of interest. The contractor's responsibilities extend to ensuring employee licensing and attendance at coordination meetings post-award. The PWS serves as a comprehensive guide for overseeing the successful execution of this significant pre-deployment event, aligning with governmental support missions for military families.
    The document outlines the clauses incorporated by reference for federal contracts, focusing on requirements and regulations applicable to the procurement of commercial products and services. It includes numerous clauses that address compensation regulations for former Department of Defense officials, whistleblower rights, cybersecurity standards, and prohibitions on telecommunications equipment from certain regions. Key points include requirements for electronic payment submissions, the definition of various business classifications (such as small and disadvantaged businesses), and compliance with nationwide laws regarding child labor and contracting practices. The document emphasizes the importance of adhering to federal regulations and certification requirements related to tax liabilities, former corporation debarment, and issues surrounding telecommunications used in government contracts. This compilation serves as a framework for ensuring compliance in federal acquisition processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    665th SMC Lodging
    Dept Of Defense
    The Department of Defense, specifically the South Dakota Army National Guard, is seeking commercial lodging services for an upcoming event in Mitchell, SD, scheduled from November 13 to November 15, 2025. The requirement includes providing a total of 153 rooms, with an estimated 51 rooms needed per night for the duration of the stay. This procurement is categorized as a total small business set-aside under FAR Part 19.5, and the contract will be awarded as a Firm Fixed Price, contingent upon the availability of fiscal year 2026 funds. Interested vendors can reach out to Andrew Kennedy at andrew.j.kennedy16.civ@army.mil or by phone at 605-737-6731 for further details, with the solicitation expected to be posted within a week of this presolicitation notice.
    SCARNG Catered Meals ISO 1-151st FY26 AT McEntire JNGB
    Dept Of Defense
    The Department of Defense, through the South Carolina Army National Guard (SCARNG), is soliciting proposals from qualified small businesses to provide hot catered meals for the 1-151st Annual Training event scheduled from February 20 to March 5, 2026. The contract, valued at up to $9 million, requires the delivery of breakfast, lunch, and dinner to multiple locations in South Carolina, including McEntire JNGB and North Aux Airfield, while adhering to strict food safety regulations set by the South Carolina Department of Agriculture. Interested vendors must ensure compliance with federal regulations for small business set-asides and submit their quotes, along with required documentation, to the primary contact, Kevin Esber, at kevin.j.esber.mil@army.mil by the specified deadlines, with all submissions due by January 8, 2025, for past performance questionnaires.
    FY 26 RTI Catering
    Dept Of Defense
    The Department of Defense, specifically the Illinois Army National Guard, is soliciting proposals for catering services to provide prepared breakfast, lunch, and dinner meals for the 129th Regiment during training events from January 2 to September 25, 2026. The contract, valued at approximately $9 million, requires the selected vendor to deliver meals to designated locations, including the IMA DFAC at Camp Lincoln and Lincoln Land Community College, adhering to strict delivery protocols and food safety standards. This procurement is crucial for ensuring that military personnel receive nutritious meals during their training, with specific dietary needs and meal counts outlined in the solicitation documents. Interested vendors should direct inquiries to Stephanie Maley at stephanie.c.maley.civ@army.mil or Donald Piper at donald.g.piper6.mil@army.mil, and must comply with the submission deadlines and requirements detailed in the solicitation.
    RTI 13M Schoolhouse Meals
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the RTI 13M Schoolhouse Meals contract, which involves providing three daily meals for scheduled training at the Regional Training Institute in Sioux Falls, South Dakota. The contractor will be responsible for all personnel, equipment, tools, materials, supervision, and quality control necessary to deliver meal services from April 16th to November 20th, 2026. This service is crucial for supporting the training operations at the institute, and the contract will be awarded as a Firm Fixed Price under a Total Small Business Set-Aside. Interested vendors must submit their quotes via email by January 7th, 2026, and all inquiries should be directed to Andrew Kennedy by December 11th, 2025, with responses expected by December 17th, 2025.
    Arkansas Army National Guard Meals 142nd
    Dept Of Defense
    The Department of Defense, specifically the Arkansas Army National Guard, is seeking qualified small businesses to provide catered meals for soldiers at Fort Chaffee, Fort Smith, Arkansas, during two periods: January 10-24, 2026, and March 19-April 2, 2026. The contractor will be responsible for supplying all food, labor, and supervision for breakfast and dinner services, adhering to military and food safety standards, and ensuring the cleanliness of the dining facility. This procurement is crucial for supporting the nutritional needs of soldiers during training exercises, with a total estimated value of the contract based on the best value evaluation criteria, including price and past performance. Interested vendors must submit their quotes by 1:00 P.M. Central Time on December 17, 2025, and can direct inquiries to Leonard Roberson at leonard.d.roberson.civ@army.mil or by phone at 520-708-4436.
    SFSC - CATERED SERVICES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure catered meal services for the Wyoming Army National Guard. The requirement involves providing buffet-style breakfast and lunch for 200-250 attendees, with the intent to negotiate a sole-source contract with LITTLE AMERICA HOTEL, the only authorized provider due to health regulations. Interested contractors may challenge this sole-source intent by submitting an interest letter and capabilities statement by December 23, 2025, at 10:00 A.M. Mountain Time. For further inquiries, potential bidders can contact Nickolas Woske at nickolas.l.woske.civ@army.mil or Roberto Rodriguez-Santiago at roberto.rodriguezsantiago.civ@army.mil.
    Pre Solicitation Synopsis for SPE300-26-R-0008 Kansas, Nebraska, Iowa, Northern Missouri and Surrounding Region
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is preparing to solicit proposals for Prime Vendor support in the Kansas, Nebraska, Iowa, Northern Missouri, and surrounding regions. This procurement aims to provide various subsistence items from the 8900 Federal Catalog or their commercial equivalents to military customers, including Fort Riley, Fort Leavenworth, and Whiteman AFB, among others. The total estimated value of the contract is $57,798,224, with a performance period of 60 months divided into two pricing tiers: a 36-month initial term followed by a 24-month extension. Interested vendors must be capable of interfacing with the Government’s transaction systems and supporting Electronic Data Interchange (EDI) transactions. Proposals will be evaluated based on Low Price Technically Acceptable criteria, and the Request for Proposal (RFP) is expected to be posted on the DLA DIBBS website in late December 2025. For further inquiries, interested parties may contact Noreen Killian at Noreen.Killian@dla.mil or Kevin White at kevin.w.white@dla.mil.
    NVANG UTA LODGING JANUARY 2025 - DECEMBER 2026
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide lodging accommodations for authorized personnel of the Nevada Air National Guard's 152d Airlift Wing from January 2025 to December 2026. The procurement requires single and double occupancy lodging within a three-mile radius of the 152d Airlift Wing located at 1776 National Guard Way, Reno, NV, ensuring that all facilities meet public health and security standards. This contract, which will be awarded based on best value criteria including pricing and technical capability, is set aside for small businesses with a total estimated value not exceeding $40 million. Interested vendors must submit their quotes via email to the designated contacts by 10:00 AM PDT on December 17, 2025, and ensure their proposals remain valid for at least 60 days post-solicitation close.
    Hotel Lodging BPA
    Dept Of Defense
    The Department of Defense, specifically the Oklahoma Air National Guard, is seeking proposals for a Blanket Purchase Agreement (BPA) for hotel lodging services from January 1, 2026, to December 31, 2030. The procurement aims to establish firm-fixed price agreements with lodging vendors to provide billeting services for its members, ensuring compliance with specific requirements such as competitive pricing, private baths, air conditioning, and daily housekeeping. This initiative is crucial for accommodating personnel during training and operational activities, with a maximum call limit of $350,000 per vendor. Proposals are due by December 16, 2025, at 10:00 AM CST, and interested parties must be registered in SAM and submit completed certifications. For further inquiries, contact Kurt A Ennis at kurt.ennis.4@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.mil.
    Catered Meals for the Montana Army National Guard Warrior Wellness Program
    Dept Of Defense
    The Department of Defense, through the Montana Army National Guard (MTARNG), is seeking proposals for catered meals as part of the Warrior Wellness Program at Fort Harrison, Montana. The contractor will be responsible for providing high-quality, nutritionally balanced meals, including breakfast, lunch, dinner, and snacks, for up to 90 personnel per meal, adhering to specific dietary standards and quality requirements. This procurement is crucial for supporting the wellness and training of military personnel, with a performance period from January 16 to January 30, 2026. Interested small businesses must submit their quotes by December 19, 2025, at 1300 MDT, and are required to provide a 14-day sample menu along with their proposals. For further inquiries, contact John Gottsch at john.e.gottsch.civ@army.mil or Mike Davies at michael.davies5.civ@army.mil.