2-34th IBCT Yellow Ribbon / Iowa City, IA
ID: W912LP-25-Q-5012Type: Combined Synopsis/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 proposals for the 2-34th Brigade Combat Team Yellow Ribbon Event scheduled for May 15-16, 2025, in Iowa City, IA. The contractor will be responsible for providing lodging, meeting rooms, meals, and related support services as outlined in the Performance Work Statement (PWS), ensuring a supportive environment for service members and their families. This procurement emphasizes the importance of small business participation and compliance with federal regulations, with quotes due by 10:00 a.m. local time on May 1, 2025. Interested vendors should contact Hunter D. Maeder at hunter.d.maeder.mil@army.mil or Megan Kaszinski at megan.r.kaszinski.civ@army.mil for further inquiries.

    Files
    Title
    Posted
    The Iowa Army National Guard issued RFQ # W912LP-25-Q-5012 for the 2-34th BCT Yellow Ribbon Event scheduled for May 15-16, 2025, in Iowa City, IA. This solicitation is a combined synopsis/solicitation for commercial items following the Federal Acquisition Regulation (FAR) guidelines, specifically targeting small businesses under NAICS code 721110. Interested vendors are invited to submit quotes for providing conference space and lodging, ensuring they meet the required specifications outlined in the Performance Work Statement (PWS). The basis for award will be the lowest price that satisfies the minimum salient characteristics. Submission requirements include completing Attachment 01, which includes contractor information and pricing, along with details of potential event spaces and lodging. Quotes must be submitted by 10:00 a.m. local time on May 1, 2025, preferably via email. Compliance with the submission requirements is crucial, as non-compliant quotations may be disqualified. The contracting point of contact is Mr. Hunter Maeder for contract specialist inquiries and Mrs. Megan Kaszinski as the contracting officer. This RFQ reflects the government’s commitment to involving small businesses in procurement processes while ensuring efficient and compliant event planning for military engagements.
    The document pertains to RFQ # W912LP-25-Q-5012, which outlines the requirements for contractors interested in providing services for a Yellow Ribbon Event in Iowa City, IA, related to the 2-34th Brigade Combat Team. Contractors are tasked with completing the Contractor Information and Pricing Tables as part of their official quotes. Key information required includes the contractor's name, point of contact, CAGE Code, Tax ID, and business size/socio-economic classifications, mandated to align with FAR guidelines. The pricing section specifies a single item related to the Yellow Ribbon Event, indicating the quantity and pricing details. This request illustrates the structured approach of federal procurement processes, emphasizing transparency, compliance, and detailed submissions from potential contractors. The document underscores the importance of thorough documentation and prompt payment terms for engagement in government contracts, reflecting standard practices in federal RFPs and grants.
    The Performance Work Statement (PWS) outlines the requirements for the contractor to facilitate the Yellow Ribbon Reintegration Program for the 2/34 IBCT Pre-Deployment Event in Iowa City, IA, scheduled for May 15-16, 2025. The contractor must provide lodging, meeting rooms, meals, and related support services while ensuring adherence to COVID-19 guidelines. Key objectives include providing a supportive environment for service members and their families, enhancing readiness and resilience through comprehensive information and resources. Specific deliverables include 50 non-smoking sleeping rooms, a general session room for 750 attendees with required AV equipment, and meal services for 750 individuals, including special accommodations for children. The contractor must also ensure adequate staffing, and on-site management, and comply with quality assurance measures. This document serves as a formal guideline for government contractors, emphasizing the structured approach to fulfill federal requirements essential for successful event execution within the scope of military support initiatives. The overall tone of the PWS is instructive, detailed, and stipulative, typical of government procurement documents.
    This document outlines a series of clauses and requirements related to government contracts, specifically addressing regulations for commercial products and services as part of federal requests for proposals (RFPs). It emphasizes compliance with various defense-related laws and clauses that contractors must adhere to, including regulations on whistleblower rights, cybersecurity measures, and prohibitions against certain business operations, such as dealings with the Maduro regime or Xinjiang region. The structure includes a list of referenced clauses along with specific provisions and certifications required from offerors, notably concerning ownership status, tax compliance, and labor regulations. Overall, the document serves as a comprehensive guide for potential contractors to ensure they meet federal requirements while participating in government procurement processes, affirming the government's focus on ethical standards and compliance across awarded contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    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.
    151 ESB Catered Meals 5JAN-10APR 2026
    Dept Of Defense
    The Department of Defense, through the South Carolina Army National Guard, is soliciting proposals for the provision of catered meals for the 151st Enhanced Separate Brigade from January 5, 2026, to April 10, 2026. The contract requires the delivery of 2,269 hot catered lunches, adhering to specific food safety regulations and utilizing the SCARNG FY25 14 Day Menu, with all meals to be served buffet-style or in appropriate containers. This procurement is critical for supporting the brigade's annual training event, ensuring that service members receive nutritious meals during their training period. Interested small business contractors must submit their quotes by December 18, 2025, and can direct inquiries to Kevin Esber at kevin.j.esber.mil@army.mil, with an estimated total contract value of $9 million.
    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.
    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.
    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.
    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.
    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.
    Cedar Rapids Flood Risk Management Project, Reach 4 Phase 1 Downstream River Floodwall and Pump Station
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Rock Island District, is soliciting bids for the Cedar Rapids Flood Risk Management Project, specifically for the Reach 4 Phase 1 Downstream River Floodwall and Pump Station in Cedar Rapids, Iowa. The project entails extensive construction activities, including site demolition, utility removals, and the construction of a cast-in-place concrete floodwall and pump station, with an estimated contract value ranging from $25 million to $100 million. This initiative is crucial for enhancing flood risk management in the area, ensuring the safety and resilience of the community against potential flooding events. Interested contractors must submit their bids electronically by January 8, 2026, at 2:00 PM CST, and are encouraged to direct any inquiries to the primary contacts, Samantha Johanson and Brunson Grothus, via the provided email addresses.
    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.