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
Lodging Laundry BPA
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) to provide lodging laundry and dry-cleaning services at Ellsworth Air Force Base, South Dakota. The contractor will be responsible for all personnel, equipment, transportation, and supplies necessary to deliver laundry services, including pick-up and delivery, from April 30, 2025, to April 29, 2030. This procurement is vital for maintaining hygiene and service standards for military personnel, utilizing non-appropriated funds generated through military community programs rather than taxpayer dollars. Interested vendors must submit their proposals by May 9, 2025, and can direct inquiries to Matthew Moye at matthew.moye.4@us.af.mil or Ross Duval at ross.duval@us.af.mil.
2025 TINKER AIR SHOW TENTS TABLES CHAIRS
Buyer not available
The Department of Defense, specifically the Air Force, is seeking proposals for the rental of tents, tables, and chairs for the Tinker Air Show scheduled from June 23 to June 30, 2025, at Tinker Air Force Base in Oklahoma. The procurement requires local vendors within a 120-mile radius to provide a comprehensive rental package, including setup and breakdown of the equipment, while adhering to strict safety and cleanliness guidelines. This opportunity is critical for ensuring the successful execution of the air show, emphasizing the importance of quality service delivery and local business participation. Interested vendors must submit their proposals via email and ensure they are registered in the System for Award Management (SAM) by the specified deadlines, with all submissions evaluated based on price and technical acceptability criteria.
INDUSTRY DAY SITE VISIT on 14 and 15 May 2025 for the Above Ground Construction Services Contract (CSC) pre solicitation
Buyer not available
The Department of Defense, through the Defense Threat Reduction Agency (DTRA), is hosting an Industry Day Site Visit on May 14 and 15, 2025, for the Above Ground Construction Services Contract (CSC) pre-solicitation. This event aims to provide industry participants with an overview of the project requirements and gather feedback on the draft solicitation and proposed acquisition strategy. The contract, valued at up to $400 million over ten years, is set aside for small businesses and involves construction services at Kirtland Air Force Base and White Sands Missile Range, emphasizing the importance of compliance with federal regulations and safety protocols. Interested vendors must contact Ryan Margraf at ryan.d.margraf.civ@mail.mil or call 505-353-4089 for further details and to ensure proper access arrangements, including necessary security clearances and documentation.
W912LP-25-Q-5014 / 2-34 BCT Yellow Ribbon / Sioux City, IA
Buyer not available
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.
INDUSTRY DAY SITE VISIT on 14 and 15 May 2025 for the Above Ground Construction Services Contract (CSC) pre solicitation
Buyer not available
The Department of Defense, through the Defense Threat Reduction Agency (DTRA), is hosting an Industry Day on May 14-15, 2025, to engage potential vendors for the Above Ground Construction Services Contract (CSC) at Kirtland Air Force Base and White Sands Missile Range. This event aims to provide industry participants with insights into the contract requirements and gather feedback on the draft solicitation and acquisition strategy, which includes general test support, new construction, repairs, and demolition services. The total estimated contract value is $400 million, structured as a total small business set-aside with an Indefinite Delivery Indefinite Quantity (IDIQ) format, allowing for various task order payment structures. Interested vendors must contact Ryan Margraf at ryan.d.margraf.civ@mail.mil or call 505-353-4089 for further details and to ensure compliance with access requirements, including background checks for entry to the facilities.
NPSC: Tour Coordinator Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for two Non-Personal Service Contracts for Tour Coordinator services at the Northern Navajo Medical Center in Shiprock, New Mexico. These contracts aim to address the critical shortage of healthcare workers within the Navajo Nation by providing essential nursing services, with each contract requiring 2080 service hours over a performance period from May 19, 2025, to November 18, 2025. The procurement is set aside for small businesses, including those owned by service-disabled veterans and economically disadvantaged women, emphasizing the importance of culturally competent healthcare for approximately 201,583 Navajo Nation members. Interested parties must submit their proposals by May 9, 2025, and direct any inquiries to Michelle James at michelle.james@ihs.gov or by phone at 928-871-5841.
INDUSTRY DAY SITE VISIT on 14 and 15 May 2025 for the Above Ground Construction Services Contract (CSC) pre solicitation
Buyer not available
The Department of Defense, through the Defense Threat Reduction Agency (DTRA), is hosting an Industry Day Site Visit on May 14 and 15, 2025, for the Above Ground Construction Services Contract (CSC) pre-solicitation. This event aims to provide industry participants with insights into the requirements and to gather feedback on the draft solicitation and proposed acquisition strategy for construction services at Kirtland Air Force Base and White Sands Missile Range. The contract, which is a Total Small Business Set-Aside, encompasses various construction activities and has a maximum value of $400 million, with a guaranteed minimum of $50,000 per awardee over a five-year period. Interested vendors should contact Ryan Margraf at ryan.d.margraf.civ@mail.mil or 505-353-4089 for further details and must comply with specific access requirements outlined in the associated documents to attend the event.
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.
423rd Supply Chain Management Industry Day
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is hosting the 423rd Supply Chain Management Industry Day on May 8, 2025, in Midwest City, Oklahoma, to engage vendors capable of remanufacturing critical aerospace components, particularly fuel control valves for military aircraft. The event aims to assess industry readiness and discuss a potential multi-award contract structure, emphasizing the importance of these components in maintaining operational efficiency and mission readiness for the Air Force. Attendees will have the opportunity to participate in briefings and one-on-one meetings with government representatives to explore requirements and showcase their qualifications. Interested parties should contact Ms. Pam Conway at pamela.conway@us.af.mil or 405-739-7814 for further details.
INDUSTRY DAY SITE VISIT on 14 and 15 May 2025 for the Above Ground Construction Services Contract (CSC) pre solicitation
Buyer not available
The Department of Defense, through the Defense Threat Reduction Agency (DTRA), is hosting an Industry Day Site Visit on May 14 and 15, 2025, for the Above Ground Construction Services Contract (CSC) pre-solicitation at Kirtland Air Force Base and White Sands Missile Range in New Mexico. This event aims to provide potential vendors with insights into the project requirements and gather feedback on the draft solicitation and acquisition strategy. The contract, valued at up to $400 million, will support various construction efforts, including new construction and demolition, and is set aside for small businesses under the SBA guidelines. Interested parties should contact Ryan Margraf at ryan.d.margraf.civ@mail.mil or 505-353-4089 for further details, and must comply with security protocols for access to the military installations, including background checks and identification requirements.