2025 Annual American Indian Meeting
ID: FA820125Q0014Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8201 AFSC OL H PZIOHILL AFB, UT, 84056-5805, USA

NAICS

Temporary Help Services (561320)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses to provide on-site payment services for the 2025 Annual American Indian Meeting, scheduled for April 17-18, 2025, at the Tooele Army Depot in Utah. The contractor will be responsible for distributing payments to tribal members for travel, per diem, and honorariums, adhering to federal regulations and wage standards. This initiative underscores the government's commitment to supporting tribal communities while ensuring compliance with procurement standards. Interested contractors must submit their quotes by April 7, 2025, and can direct inquiries to primary contact Sheynah Clawson at sheynah.clawson@us.af.mil or secondary contact Odalys Molina at odalys.molina@us.af.mil.

Files
Title
Posted
Apr 7, 2025, 4:05 PM UTC
The document outlines the mileage and per diem expenses for various officials traveling across multiple cities in relation to governmental functions. Each entry includes the position, departure city, total mileage (round trip), mileage cost based on a rate of $0.69 per mile, per diem days, per diem rate for food/lodging, and total travel cost. Notable trips mentioned include Chair and Vice-Chair travels from locations such as Fort Washakie, WY, and Pablo, MT. The per diem rate varies, with $60 and $42 being mentioned for meal and lodging respectively. Each calculation indicates travel by both officials in similar destinations, highlighting consistency in travel expenses. The cumulative totals underscore the financial implications of official travel within the government framework, reflecting transparency and accountability in expense reporting for federally supported initiatives. This document connects to broader themes within federal grants, state, and local RFPs by emphasizing fiscal management and responsible allocation of taxpayer funds.
The document outlines a Request for Quote (RFQ) issued by the 75th Air Base Wing for travel reservations related to the annual 75th Tribal Meeting. The solicitation, numbered FA820125-Q-0014, was released on April 1, 2025, with responses due by April 7, 2025. This is a Total Small Business Set-Aside, emphasizing the need to adhere to wage standards outlined in the applicable Wage Determination. The contract will be a firm fixed-price arrangement, with an estimated value under $250,000, and the performance period from April 17 to April 18, 2025. Offerors must submit documentation showcasing estimated attendance, required qualifications of employees, and a price breakdown that meets wage minimums. The evaluation criteria will assess technical acceptability based on qualifications, prices, and compliance with established wage rates. Notably, there is no current contractor in place for this service, highlighting an opportunity for new vendors. Moreover, the government retains the right to cancel the solicitation if necessary funding is not available, reinforcing the necessity for potential contractors to be aware of fiscal constraints. This RFQ emphasizes the importance of detailed proposals, valid until April 17, 2025, for successful government contracting processes.
Apr 7, 2025, 4:05 PM UTC
The document addresses inquiries related to a government contract involving tribal participants and financial arrangements. It clarifies several points, including that funding for Contract Line Item Number (CLIN) 0001 will be paid after successful completion, while CLIN 0002 will only cover service fees, separate from tribal costs. The coordination for hotel accommodations is managed outside the contract, and the contractor must be on-site during payments to attendees. Payments for the first day will cover all funds with no need for certification on the second day. Honorariums for speakers will not exceed $2,000 and are in addition to travel reimbursements. Check or cash payments are accepted; however, pre-loaded debit cards are not recommended due to last-minute changes in attendee plans. Lastly, the Department of Defense will accept other NAICS codes relevant to the contract. This document serves as a clarification for contractors involved in government RFP processes, ensuring adherence to financial and logistical requirements.
Apr 7, 2025, 4:05 PM UTC
The document is a Request for Quotation (RFQ) issued by the Department of Defense for the upcoming DoD Annual American Indian Meeting. The RFQ outlines specifications for providing on-site payment to tribal members for travel, per diem, and honorariums associated with the event. Issued on April 1, 2025, it requires quotes to be submitted by potential contractors with a firm fixed pricing arrangement for two main items: per diem and travel reimbursements for tribal members. The delivery schedule spans two days, from April 17 to April 18, 2025, and mandates that contractors follow specific clauses regarding electronic invoicing and payment processes through the Wide Area Workflow system. The RFQ aims to facilitate compliance with various federal regulations and ensure the timely and efficient distribution of funds to meeting participants. Overall, the document reflects the government's initiative to support tribal members while adhering to procurement standards.
Apr 7, 2025, 4:05 PM UTC
The document outlines a Statement of Work for the Department of Defense's Annual American Indian Meeting scheduled for March 26, 2025, at Tooele Army Depot in Utah. The scope involves providing on-site payments in cash or checks to tribal members for travel, per diem, and honorariums, in accordance with federal regulations. Hill Air Force Base partners with Utah DoD agencies to facilitate this government-to-government meeting, sharing the expenses associated with tribal representatives from 22 consulting tribes. The contractor's primary responsibility is to distribute these payments on the first day of the event, working alongside DoD personnel to manage reimbursement amounts based on government allowances. The arrangement alleviates the financial and manpower burden on individual agencies involved in the meeting. The necessary payment procedures and collaboration details are specified to ensure a smooth process during registration. The document concludes with contact information for the project’s point of contact, Anya Kitterman. Overall, it emphasizes the strategic partnership in managing a significant cultural engagement while ensuring compliance with relevant regulations.
Apr 7, 2025, 4:05 PM UTC
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
432 MXG Sunshade Disposal
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition and disposal of five aircraft sunshades at Creech Air Force Base in Nevada. The project requires contractors to safely remove and dispose of all materials in compliance with federal, state, and local environmental regulations, with a focus on waste management and safety protocols. This procurement is crucial for maintaining operational integrity and environmental responsibility at the base, with a total small business set-aside to encourage participation from smaller firms. Interested contractors must submit their quotes via email to TSgt Kaitlin Hassman by April 14, 2025, at 10:00 AM PST, following a site visit scheduled for April 9, 2025, and must be registered in the System for Award Management (SAM) prior to contract award.
AMARG Engineering Support Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the AMARG Engineering Support Services contract at the 309 Aerospace Maintenance and Regeneration Group located at Davis-Monthan Air Force Base in Tucson, Arizona. The contract aims to provide comprehensive engineering support, including aerospace storage, aircraft parts reclamation, and depot-level maintenance overflow, requiring contractors to supply qualified personnel with expertise in engineering standards and practices. This opportunity is particularly significant as it emphasizes a Total Small Business Set-Aside, encouraging participation from small businesses, especially those owned by women, in federal contracting. Interested parties must submit their proposals by April 20, 2025, and can direct inquiries to Willie Little at willie.little@us.af.mil or Devin Laughter at devin.laughter@us.af.mil.
Luke Days 2026 NAF Concessionaire Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a qualified contractor to provide Master Concessionaire Services for the Luke Days 2026 Open House/Air Show at Luke Air Force Base in Arizona, scheduled for March 21-22, 2026. The contractor will be responsible for managing food, beverages, and novelty item sales during the event, which is expected to attract approximately 250,000 attendees daily, and must coordinate closely with the 56th Force Support Squadron to ensure a successful operation. Interested firms must submit their proposals by May 5, 2025, addressing the evaluation criteria outlined in the Performance Work Statement, and can direct inquiries to Ana Robinson at ana.robinson@us.af.mil.
Kirtland Air Force Base (KAFB) Base Supply
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for base supply services at Kirtland Air Force Base (KAFB) in New Mexico. The contractor will be responsible for providing comprehensive supply chain management services, including inventory tracking, order management, and equipment accountability, as outlined in the Performance Work Statement (PWS). This procurement is critical for maintaining operational efficiency at KAFB and supporting off-site locations throughout the state. Interested offerors must submit their proposals by 3:00 p.m. MDT on April 18, 2025, and are encouraged to direct any questions to the primary contact, Winter Silva, at winter.silva.1@us.af.mil, or the secondary contact, Julianne Indelicato, at julianne.indelicato.1@us.af.mil. The contract is anticipated to be a firm-fixed price arrangement for one base year with four additional option years, contingent upon available funding.
Shower and Laundry Trailers for Edwards Air Force Base, CA
Buyer not available
The Department of Defense, through the Department of the Army, is seeking quotes for the provision of shower and laundry trailers at Edwards Air Force Base in California. The contract, designated as W911SA25QA119, aims to support Army Reserve training events by supplying two shower trailers and one laundry trailer, complete with necessary equipment and maintenance over a three-week period from May 25 to June 15, 2025. This procurement is particularly significant as it emphasizes compliance with federal regulations and encourages participation from Women-Owned Small Businesses (WOSB) and other small business entities. Interested vendors should direct inquiries to Breanna Huff at breanna.d.huff.civ@army.mil, and must adhere to the specified timelines for submission of quotes and required documentation.
Sanitation Support at Camp Navajo, AZ June 2025
Buyer not available
The Department of Defense, through the Nevada Army National Guard, is soliciting quotes for sanitation support services at Camp Navajo in Bellemont, Arizona, scheduled for June 2025. The procurement involves providing portable sanitation facilities, including restrooms and handwashing stations, for two separate military training events: one for the 240th Engineering Company from June 1-8 and another for the 1864th Medical Company Team from June 17-26. This initiative is crucial for maintaining hygiene and sanitation standards during military operations, ensuring the health and readiness of personnel. Interested small businesses must submit their quotes by April 22, 2025, to Gregory P. Kothman at gregory.p.kothman.civ@army.mil, with a focus on compliance with solicitation requirements and competitive pricing.
TETON HERBICIDE FY 2025
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the procurement of Teton Herbicide as part of the Fort Hall Irrigation Project for fiscal year 2025. This acquisition is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 325320, focusing on the need for aquatic herbicides to control vegetation that obstructs irrigation water flow. The Teton Herbicide is uniquely qualified for this purpose, being the only EPA-approved product containing Salt of Endothall, making its timely application critical to avoid legal repercussions. Proposals are due by April 10, 2025, with a delivery deadline of 60 days post-award. Interested vendors can contact Jeffrey Pearson at Jeffrey.Pearson@bia.gov or by phone at 571-560-0519 for further information.
SATOC for Title I and Title II Architect-Engineer Services for the Renovation of Hangar 225 at Hill Air Force Base, UT
Buyer not available
The Department of Defense is seeking qualified architect-engineer firms to provide services for the renovation of Hangar 225 at Hill Air Force Base in Utah. The project involves a site visit scheduled for April 23, 2025, where firms can gain insights into the design requirements and expectations associated with solicitation number FA8903-25-R-0009. This opportunity is particularly significant as it pertains to the construction of airfield structures, which are vital for maintaining operational readiness and safety at military installations. Interested firms must RSVP by April 16, 2025, and are required to bring personal protective equipment for the site visit; for further inquiries, they can contact Laura Koog or Brindle Summers via email.
Davis-Monthan AFB: Base-Wide Painting and CRU Flooring IDIQ
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract focused on base-wide painting and CRU flooring at Davis-Monthan Air Force Base (AFB) in Tucson, Arizona. Contractors are required to provide all necessary resources, including labor, materials, and equipment, to fulfill individual task orders as specified in the Statement of Work dated March 12, 2025. This project, which falls under NAICS code 238320, has a magnitude between $5 million and $10 million and is set aside for 8(a) small businesses, with a size standard of $19 million. Interested parties should note that a site visit is scheduled for April 23, 2025, with proposals due by May 9, 2025. For further inquiries, contact Hans Gabriel at hansyuri.gabriel@us.af.mil or Karl Knott at karl.knott@us.af.mil.
CY25 Air Show - Additional Shuttle Buses (or Equivalent)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for shuttle bus transportation services for the CY25 Open House event at Kirtland Air Force Base (KAFB) in New Mexico. The contractor is required to provide 24 shuttle buses, each with a capacity of 44 passengers, or suitable alternatives that ensure a minimum total of 1,056 passenger seats, to facilitate transportation for attendees from various parking locations in the Albuquerque metro area to the base. This initiative is crucial for ensuring safe and efficient transportation during the event, emphasizing public safety and operational efficiency. Interested small businesses must submit their bids by April 25, 2025, with all proposals remaining valid until May 9, 2025; for further inquiries, contact Tyler Hatfield at tyler.hatfield.2@us.af.mil or Dakota Powell at dakota.powell@us.af.mil.