Oregon October Yellow Ribbon Event
ID: W912JV-24-Q0031Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NW USPFO ACTIVITY OR ARNGSALEM, OR, 97309-5047, USA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

HOUSEKEEPING- FOOD (S203)

Set Aside

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

    The US Army seeks quotes for a firm-fixed-price contract to fulfill its requirements for lodging, event space, and food services during the Oregon October Yellow Ribbon Event. The primary goal is to secure event space along with catering services and accommodation for army personnel, adhering to the Performance Work Statement (PWS). This event, taking place from October 19th to 21st, 2024 in Medford, Oregon, has a total small business set-aside of $40 million.

    The solicitation seeks compliant quotes for double occupancy rooms, event space and equipment, and meals for the specified period, with specific attention to the Performance Work Statement's criteria. The focus on catering and event spaces reflects the importance of facilitating effective events for the army.

    Interested parties should submit their quotes by the due date, July 24, 2024, to the designated contact, Terrance Cage, with urgent questions addressed by July 17, 2024.

    Files
    Title
    Posted
    The document appears to be a jumbled aggregation of text that includes programming language snippets, technical notes, and various references to workflows or tasks (TODOs) related to different software versions and modules. It lacks coherent structure and readability, suggesting it's a corrupted or improperly formatted file that amalgamates unrelated data, making it difficult to extract meaningful information.
    The text appears to be a corrupted or improperly formatted document containing various disconnected code snippets, terms, and phrases without a coherent structure. It seems to touch on themes related to software development, module updates, and user interface elements but lacks clarity and organization to derive a meaningful summary. Further context or a proper version of the document is necessary for accurate analysis.
    The document appears to be a fragmented and highly encoded text with multiple syntax, languages, and symbols intermixed, often resulting in nonsensical phrases and incomplete thoughts. It touches upon a variety of topics without coherent structure, making it nearly impossible to ascertain a consistent message or summary. The content may include references to government processes, digital systems, and coding elements, but lacks clarity and cohesion throughout.
    The primary objective of this procurement is to obtain wide area workflow (WAWF) payment processing services, encompassing various document types for payment requests and receiving reports. The WAWF system aims to facilitate electronic processing, replacing manual methods. Contractors must use this system for efficient invoice and report submission, ensuring compliance with DFARS regulations. Key among the requirements is the contractor's ability to submit different types of payment requests, including cost vouchers, invoice and receiving reports, progress payment requests, and performance-based payment submissions. The WAWF system mandates must be followed for timely and accurate processing. Contractors should possess the capacity to submit the required documentation in the specified formats, adhering to the defined field names and data entry guidelines. In addition, they should be prepared to provide clarification on invoicing and seek assistance from designated points of contact. This procurement seeks to engage a vendor to manage and streamline the payment process, improving efficiency and ensuring compliance with DoD guidelines. The contract type and value are not explicitly mentioned in the files, and the evaluation criteria are left unclear. However, the urgency indicated for implementing the WAWF system suggests a timely contract award is preferred. Offerors will likely be evaluated on their understanding of the required services and their ability to integrate them seamlessly.
    The procurement objectives of this RFP involve establishing compliant labor rates for various occupations outlined in the Service Contract Act. The Act mandates specific minimum wages and benefits for workers engaged in service contracts with the federal government. The primary focus is on determining wage rates for numerous job classifications, ranging from administrative roles to highly specialized occupations. Contractors must adhere to the specified hourly rates, which vary depending on the occupation and experience level, ensuring compliance with the Act's requirements. This file provides an extensive list of occupations, along with their respective wage determinations, aimed at regulating labor costs and ensuring fair compensation for workers involved in federal service contracts.
    The Oregon Military Department seeks to enhance its Operations Security (OPSEC) and antiterrorism measures. The focus is on safeguarding sensitive information and personnel, primarily from potential adversaries. The department aims to deny sensitive details about its operations, personnel, and capabilities to ensure force protection. This involves implementing security protocols and raising awareness among personnel. Contractors will be responsible for delivering comprehensive OPSEC and antiterrorism training, emphasizing the critical information list, security measures, and vigilance. The goal is to minimize the risk of information exploitation and enhance the safety of OMD personnel and assets. Key dates and deadlines are not provided in this file, and the procurement of specific goods or services is not explicit. However, the requirement for training and expertise in security strategies indicates a potential need for specialized contractors or consultants in this domain.
    The document appears to contain information on technical requirements and instructions for handling and viewing the enclosed content. It also includes references and links to upgrade options for software like Adobe Reader to ensure compatible viewing of the document's full contents. The focus seems to be on ensuring the accessibility and proper display of the enclosed information rather than specifically detailing any procurement objectives.
    The document appears to contain information on upgrading to the latest version of Adobe Reader, mentioning compatibility issues with certain PDF viewers. However, no specific details regarding the procurement objectives or government files are provided within this content. Would you like me to extract and analyze another file for you? I can also provide an example summary of what you might be looking for based on the provided guidelines if you'd like.
    The government seeks quotes for a firm-fixed-price contract to provide lodging, event space, and food services for an event near Medford, Oregon. The contract is a total small business set-aside, with a size standard of $40 million. The key dates are: quotes are due by July 24, 2024, and the event will occur from October 19–21, 2024. The main procurement objectives are 60 double occupancy rooms over two nights, event space with equipment, and 450 meals on October 19. The event space and catering services are the primary focus, with specific requirements detailed in the Performance Work Statement. The evaluation criteria emphasize price and past performance, with the latter being assessed through the Supplier Performance Risk System. Offerors are encouraged to submit their best terms initially, as the government plans to award the contract without discussions. This solicitation encourages quotes from small businesses and provides a detailed process for submitting offers, with emphasis on conforming to the specified requirements.
    The document appears to contain a large amount of scrambled and fragmented text, likely from a corrupted file or data dump. It includes incomplete code snippets, references to various programming components, and mentions of processes related to applications but lacks coherent context or complete information. Overall, it does not provide a clear or usable summary based on its current state.
    The text appears to be a malformed and garbled compilation of various segments from coding, legal, and metadata contexts, lacking coherent structure and meaning. There are fragments referencing applications, digital services, and possibly creative or legal texts, but no clear or significant summary could be extracted due to the chaotic nature of the content. Further clarification or a more intact document would be necessary to provide an accurate summary.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fort Sill BPA Resiliency Hotel Events
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Sill, Oklahoma, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for hotel accommodations and facilities to support Cadre Resiliency Overnight Events for Brigade Drill Sergeants and their families. The BPA will cover the provision of up to 35 hotel rooms, dining options, childcare facilities, and conference space equipped with audio/visual equipment, with events scheduled quarterly from August 2024 to July 2029. This initiative is crucial for enhancing the resiliency training of military families, ensuring they have access to necessary amenities and support during these events. Interested vendors must submit their quotes by September 23, 2024, and are required to be registered in the System for Award Management (SAM) prior to award; inquiries can be directed to Contracting Officer Jesslyan Ortiz Albino at jesslyan.m.ortizalbino.civ@army.mil or Contract Specialist Indigo Delacruz at indigo.a.delacruz.civ@army.mil.
    355th WG - True north Chaplain Retreat
    Active
    Dept Of Defense
    The Department of Defense, through the 355th Wing at Davis-Monthan Air Force Base, is soliciting quotes for the True North Chaplain Retreat, scheduled for September 27-29, 2024. The procurement requires a contractor to provide dining and recreational services for approximately 50 adults and 35 children, ensuring compliance with health and safety guidelines, including CDC protocols. This event is crucial for the well-being of military personnel and their families, emphasizing the importance of a supportive environment. Interested small businesses must submit their quotes by September 9, 2024, and direct any inquiries to Hans Gabriel at hansyuri.gabriel@us.af.mil or Erick Ramirez Millan at erick.ramirezmillan@us.af.mil.
    185th Engr Co - Catered Meal Prepared and Served out of Contractors Facility and/or Government Pick-up
    Active
    Dept Of Defense
    The Department of Defense, specifically the Maine Army National Guard (MEARNG), is seeking proposals for catered meal services to be prepared and served from a contractor's facility or available for government pickup in support of training events for the 185th Engineer Company. The procurement requires qualified caterers to provide specific meals and quantities as outlined in the Performance Work Statement (PWS), with the contract falling under NAICS Code 722320 and PSC Code S203. This opportunity is crucial for ensuring that the troops are adequately nourished during their training, and the contract period spans from October 19, 2024, to September 7, 2025. Interested vendors must register in the System for Award Management (SAM) and submit their offers electronically, with all relevant documentation available at www.sam.gov. For inquiries, contact Darlene Howes at darlene.r.howes.civ@army.mil or Daniel Bibeau at daniel.s.bibeau.mil@army.mil.
    Nutritional Services Contract
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a Nutritional Services Contract to provide comprehensive health promotion services for the 173 Kingsley Field Fighter Wing in Klamath Falls, Oregon. The contractor will be responsible for delivering integrated programs focused on disease prevention, nutrition education, and wellness initiatives, ensuring on-site service delivery without telework options. This contract, valued at $19 million, has a base performance period from September 28, 2024, to September 27, 2025, with the possibility of four additional option years extending through 2029. Interested parties should contact Christin Davila at christin.davila@us.af.mil or Phillip Chik at phillip.l.chik2.civ@army.mil for further details and to ensure compliance with the solicitation requirements.
    Load Test Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Load Test Services at Kingsley Field ANGB in Oregon. The contractor will be responsible for providing all necessary equipment, labor, and materials to conduct inspections and load tests on 79 pieces of lifting and hoisting equipment, ensuring they are in sound condition and compliant with safety standards. This procurement is crucial for maintaining operational safety and compliance within the armed forces, with a total contract value estimated at approximately $19 million. Interested parties should reach out to Christin Davila at christin.davila@us.af.mil or Phillip Chik at phillip.l.chik2.civ@army.mil for further details, with the performance timeline set from September 18 to September 30, 2024.
    New England CERFP Collective Training Event, Colchester, VT
    Active
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting quotes for the New England CERFP Collective Training Event scheduled to take place in Colchester, Vermont, from November 18 to November 22, 2024. This procurement aims to secure training support services under the NAICS code 611519, focusing on emergency response and disaster planning, and is exclusively set aside for small businesses. Interested vendors must be registered in the System for Award Management (SAM) and are required to submit their quotes in three volumes, including technical, past performance, and pricing information, by the specified deadlines. For further inquiries, potential quoters can contact Darlene Howes at darlene.r.howes.civ@army.mil or Daniel Bibeau at daniel.s.bibeau.mil@army.mil, with questions due by September 24, 2024.
    Off Center Lodging October 2024 - March 2025
    Active
    Homeland Security, Department Of
    The Department of Homeland Security is soliciting quotes for Off Center Lodging Services for students at the Federal Law Enforcement Training Centers (FLETC) in Glynco, Georgia, under RFQ number 70LGLY24QGLB00105. The procurement aims to secure multiple firm fixed-price contracts for approximately 8,003 lodging rooms from October 1, 2024, through March 31, 2025, specifically targeting small businesses located within 40 driving miles of FLETC. This initiative is crucial for supporting government training programs while fostering local business engagement and ensuring compliance with federal procurement standards. Interested vendors must submit their proposals by September 10, 2024, and can direct inquiries to Erin Johnson at erin.johnson@fletc.dhs.gov or by phone at 912-267-3297.
    Lodging Rooms
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for lodging accommodations, specifically 425 nights of furnished hotel or motel rooms annually, for staff participating in New Employee Orientation (NEO) at the James H. Quillen VA Medical Center in Mountain Home, Tennessee. The procurement requires a single hotel location within a 5-mile radius of the medical center, ensuring compliance with federal standards, including accessibility and safety regulations, while maintaining smoke-free accommodations and necessary amenities. This opportunity is set aside for small businesses and consists of five one-year ordering periods from September 2024 to September 2029, with room rates required to be at or below government per diem rates. Interested parties must submit their quotations electronically by September 20, 2024, and can contact Preston Gerretse at preston.gerretse@va.gov for further information.
    142nd WG - 125 STS Master Diver & Dive Locker Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide Master Diver and Dive Locker Support Services for the 125th Special Tactics Squadron (STS) at the Portland Air National Guard Base in Oregon. The procurement requires contractors to deliver comprehensive dive program support, ensuring safe diving operations, logistical support, and maintenance of diving equipment in compliance with U.S. Navy regulations, as detailed in the attached Performance Work Statement (PWS). This contract, anticipated to be a Firm Fixed Price Agreement, covers a base year from September 30, 2024, to September 29, 2025, with an option for an additional year, and emphasizes the importance of compliance with federal standards, including wage determinations under the Service Contract Act. Interested parties must submit their quotes by September 13, 2024, and can contact James Vogt at james.vogt.4@us.af.mil or Christine I. Campbell at christine.i.campbell.civ@army.mil for further information.
    Industry Day for USACE Portland District and Oregon National Guard
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE ARMY is hosting an Industry Day event in Clackamas, OR. The event is for the USACE Portland District and Oregon National Guard. The purpose of the event is to provide information and updates on upcoming procurement opportunities. RSVP is required. Please see the attached flyer for more details.