COC Tents and Chairs
ID: PANMCC-25-P-0000-028379Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FDO FT BRAGGFORT BRAGG, NC, 28310-0000, USA

NAICS

All Other Consumer Goods Rental (532289)

PSC

LEASE OR RENTAL OF EQUIPMENT- MISCELLANEOUS (W099)

Set Aside

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

    The Department of Defense, through the Mission and Installation Contracting Command at Fort Bragg, is seeking quotes from qualified small businesses for the rental of tents and chairs for the 82nd Airborne Division's Change of Command event scheduled for August 25-28, 2025. The procurement includes the provision of two 20x40 tents, four 40x40 tents, and 1,300 white padded folding chairs, with specific requirements for setup, teardown, and adherence to safety and quality standards outlined in the Performance Work Statement. This contract is critical for ensuring the successful execution of the event, which will be attended by military personnel and requires precise logistical coordination. Interested vendors must submit their quotes via email by August 13, 2025, at 12:00 PM EST, and are encouraged to direct any inquiries to the primary contacts, CPT Tyrone Burnette and SFC Adebowale Goyea, at the provided military email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    This document addresses vendor inquiries for the 82nd Airborne Division's tent and chair contract for an event from August 25-28, 2025, at Fort Bragg. Key requirements include staking tents for stability, adding fire packages to quotes, and using white tents and white folding chairs. The event will occur during the day, and military personnel will direct tent and chair placement. Specific chair counts are 300 under each 40x40 tent, with an additional 100 staged behind. Vendors need Real IDs and must report to Gate 16 for base access. Pike Field has grassy and sandy conditions. A site visit will not be conducted. The COR will handle dig permits. An indoor contingency plan exists where tents are not needed, but chairs are. Vendors can store extra equipment on-site, but soldiers will set up chairs.
    This document is a Request for Quote (RFQ) PANMCC-25-P-0000-028379, issued by the Mission and Installation Contracting Command – Fort Bragg (MICC-FB) for the lease of tents and chairs for the 82nd Airborne Division. The solicitation, issued on August 4, 2025, and closing on August 13, 2025, at 12:00 PM EST, is a 100% total small business set-aside under NAICS code 532289. The period of performance is August 25-28, 2025, at Fort Bragg, NC. Quotes must be submitted via email by the deadline and remain valid for 60 days. The evaluation will prioritize price and adherence to the Performance Work Statement (PWS). The RFQ incorporates various FAR and DFARS clauses, with a significant emphasis on the prohibition of covered telecommunications equipment and services from certain foreign entities, requiring offerors to disclose their use of such equipment.
    This document is a combined synopsis/solicitation for a Request for Quote (RFQ) issued by the Mission and Installation Contracting Command at Fort Bragg, NC, for the lease of tents and chairs for the 82nd Airborne Division. The solicitation number is PANMCC-25-P-0000-028379, with a closing date for quotes set for 13 August 2025 at 1200 PM EST. It is a total small business set-aside under NAICS code 532289. The contract requires bidders to meet the Performance Work Statement (PWS) specifications, with the performance period set from 25 August to 28 August 2025. Quotes must be submitted via email and remain valid for 60 days. Evaluations will focus on price and adherence to the PWS. Additionally, the document outlines various solicitation provisions and clauses, including compliance with federal regulations regarding telecommunications services, and requires bidders to disclose any use of covered telecommunications equipment. This RFQ serves as a critical mechanism for the government to procure necessary services while encouraging participation from small businesses, ensuring compliance with procurement and safety standards.
    This Performance Work Statement outlines the requirements for a non-personal services contract to provide tents and chairs for the All-American Division Change of Command 2025 at Fort Bragg, NC, from August 25-28, 2025. The contractor must furnish all personnel, equipment, supplies, and services for the rental, setup, and teardown of two 20x40 tents, four 40x40 tents, and 1300 white padded folding chairs. Key aspects include adherence to a Firm-Fixed-Price contract, a Contractor-developed Quality Control Plan (QCP), and compliance with various government regulations on quality assurance, security, safety, and personnel conduct. The government will provide site access, but no facilities or equipment. The contractor is responsible for all materials, safe equipment operation, and obtaining necessary licenses and permits. Specific requirements for tent and chair quality are detailed, along with mandatory training for contractor personnel in areas such as Anti-Terrorism, iWatch, Cyber Awareness, and Threat Awareness Reporting. The document also specifies insurance requirements and protocols for meetings and reporting.
    The Performance Work Statement (PWS) outlines a contract for providing tent and chair services for the All-American Division Change of Command event at Fort Bragg, NC, from August 25-28, 2025. The contractor will be responsible for delivering, setting up, and dismantling 20 tents and 1,300 chairs, ensuring compliance with specified quality standards without government oversight. Key objectives include maintaining high service quality, which will be monitored through a Quality Assurance Surveillance Plan (QASP). The contractor must develop a Quality Control Plan (QCP) to ensure service delivery adheres to standards and to rectify any deficiencies. The contract is firm-fixed-price, with a focus on accountability, timely communication, and reporting on any performance issues. Moreover, it details security, identification, personnel qualifications, and operational procedures, including compliance with safety regulations and federal guidelines. The document specifies requirements for contractor personnel, including training and conduct standards to maintain professionalism. In summary, the PWS serves to facilitate the logistical support necessary for a military ceremony while outlining strict expectations for quality and compliance, reflecting government oversight in contracting practices.
    The provided document, likely a component of a federal government Request for Proposal (RFP) or a similar procurement document, outlines a request for services and goods for the 82ABN DIV. The core of the document details a list of items and quantities required, specifically two 20x40 tents and four 40x40 tents, along with an unspecified quantity of chairs. The format includes columns for item number, services, quantity, unit, unit price, and total amount, indicating a structured approach to soliciting bids or proposals for these specific items. This document serves to clearly define the immediate needs of the 82ABN DIV, enabling potential vendors to understand the scope of work and provide accurate pricing for the specified equipment and services.
    The document outlines a procurement request related to the acquisition of event equipment, specifically tents and chairs, as part of a larger federal or local government Request for Proposals (RFP). It includes a list of items with specified quantities, such as two 20x40 tents, four 40x40 tents, and an unspecified quantity of chairs. However, total pricing and unit costs are not provided in the document. This procurement likely aims to support agency functions or community events, thereby reflecting governmental needs for operational readiness. Such RFPs are essential for ensuring transparency in government purchasing while promoting competition among vendors, ultimately contributing to efficient service delivery in public settings. The structure of the document consists of item numbers, descriptions, quantities, and placeholders for pricing, indicative of a systematic approach to inventory management in procurement processes.
    Lifecycle
    Title
    Type
    COC Tents and Chairs
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    82nd Airborne Propane Service Contract
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for a propane service contract to support the 82nd Airborne Division at Fort Bragg, North Carolina. The contract requires the provision of 100 propane tanks, eight 16-count propane cages, and quarterly refilling services over a base year and four option years, from January 2026 to January 2031. This procurement is crucial for ensuring a consistent supply of propane for military operations, adhering to safety and regulatory standards. Interested small businesses must submit their proposals electronically by December 17, 2025, at 10:00 AM EST, and direct any inquiries to the designated contacts, CPT Michael Davis and SFC Eric Garcia, via their provided email addresses.
    Sources Sought Notice: Parachute, Cargo (NSN: 1670-00-872-6109)
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal, is seeking qualified small businesses to provide cargo parachutes under a five-year, firm-fixed-price contract (NSN: 1670-00-872-6109, Part Number: 11-1-555). The procurement involves a guaranteed minimum quantity of 45 units and an estimated maximum of 1,691 units, with a requirement for First Article Testing to ensure quality and compliance with military standards. These parachutes are critical for aerial delivery and recovery operations, emphasizing the importance of reliability and performance in military logistics. Interested vendors must submit proposals by January 5, 2026, and direct any inquiries to Fady Cholagh at fady.s.cholagh.civ@army.mil or 520-725-5289, with questions due by October 5, 2025.
    Air Boss and Related Services - TAFB Wings Over Solano 2026
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking qualified vendors to provide Air Boss and related services for the 2026 Wings Over Solano air show. The procurement is a Firm Fixed Price contract, specifically set aside for small businesses under NAICS code 488111 (Air Traffic Control), with a size standard of $40 million. The selected contractor will be responsible for critical tasks such as developing the airshow schedule, conducting safety briefings, and liaising with FAA and emergency personnel, ensuring the event's success scheduled for April 24-26, 2026. Interested vendors must submit their quotations by December 17, 2025, at 1:00 PM PST, to the designated contacts, Lt Samuel De La Cruz and (S)Sgt Socrates Rosimo, via the provided email addresses.
    Mobile Light Set Rental - Alaska
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking quotes for the rental of mobile light sets to support military exercises at Fort Wainwright, Alaska. The procurement involves providing and transporting telescoping light sets with generators to various training areas from February to March 2026, with specific requirements including the ability to illuminate 45,000 square feet and withstand 40 mph winds. This equipment is crucial for ensuring operational readiness during military exercises, and contractors must adhere to all relevant licenses and security protocols. Interested parties should submit their quotes by December 17, 2025, with questions due by December 10, 2025, and can contact SSG Eric Kim or MAJ Molly Libowski for further information.
    20--CHAIR,PLANESMAN STATIO
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 13 units of the NSN 2090010799360, specifically a Planesman Station Chair. This procurement is critical for supporting operational needs within the military, ensuring that personnel have access to the necessary equipment for effective performance. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received by the specified deadline of 154 days after the award date. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
    Air Show 2026 Buses
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide shuttle bus services for the Air Show 2026 at Shaw Air Force Base in South Carolina. The contractor will be responsible for transporting up to 6,000 guests over three days, from March 27 to March 29, 2026, utilizing buses and personnel to operate two distinct routes between designated parking and event bus stops. This service is crucial for ensuring efficient guest movement during the event, adhering to strict security regulations, and maintaining safety protocols. Interested small businesses are encouraged to submit their capability statements and price estimations to SSgt. Mackenzie Fullenlove and Ms. Mar Rodriguez Martinez by email, as the government is currently only requesting information and not formal offers or questions at this time.
    83--CLOTH,PARACHUTE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of 65,000 yards of parachute cloth, identified by NSN 8305011159168. This solicitation is part of a total small business set-aside and aims to fulfill military requirements for textile materials used in parachute manufacturing. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for delivery to Arizona Industries for the Blind is set for 155 days after the award. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil or access additional information through the DLA's solicitation portal.
    Synopsis W912CH-25-R-0176 - Collapsible Fabric Tanks (3k, 20k, 50k, 210k US gallon)
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal (ACC-DTA), is preparing to solicit a 5-Year Firm Fixed Price Contract for the procurement of Collapsible Fabric Tanks in various sizes (3k, 20k, 50k, and 210k US gallons). These tanks are essential for military operations, adhering to the Military Performance Specification MIL-PRF-32233D, and will be procured under solicitation number W912CH-25-R-0176. Interested vendors must be registered in the System for Award Management (SAM) and are advised to monitor the solicitation's electronic posting for updates and amendments, as the solicitation is expected to be released in approximately fifteen days. For further inquiries, potential bidders can contact Lyndsey Pena at lyndsey.m.pena.civ@army.mil.
    FA461325Q0023 Replacement Office Furniture B327/328
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of replacement office furniture for Buildings 327 and 328 at FE Warren AFB in Wyoming. The requirement includes a variety of furniture items such as tables, chairs, desks, and cabinets, along with delivery, installation, and removal of existing furniture, all to be completed within 120 days of award. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the importance of compliance with safety standards and quality control for operational needs. Interested contractors must submit their quotes by August 29, 2025, and direct any questions to Natalie Martinez or Arthur Makekau via email by August 18, 2025.
    RFI - Collapsible Fabric Tanks (3k, 20k, 50k, 210k US gallon)
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal (ACC-DTA), is conducting a Request for Information (RFI) to identify potential vendors for collapsible fabric tanks with capacities of 3,000, 20,000, 50,000, and 210,000 US gallons. This market research aims to gather insights on the capabilities and qualifications of both small and large businesses that can manufacture these storage tanks, which are critical for various military logistics and operational needs. Interested companies are encouraged to submit their qualifications and responses to a detailed questionnaire by December 9, 2025, at 10:00 EST, via email to Lyndsey Pena at lyndsey.m.pena.civ@army.mil. All submissions should clearly mark proprietary information, and the government will ensure confidentiality for appropriately marked data.