HQDA FY25 BEST SQUAD COMPETITION
ID: W9124D25QA253Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT KNOXFORT KNOX, KY, 40121-5000, USA

NAICS

Other Management Consulting Services (541618)

PSC

SUPPORT- MANAGEMENT: PUBLIC RELATIONS (R708)

Set Aside

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

    The Department of Defense, through the Mission Installation Contracting Command (MICC) at Fort Knox, is soliciting proposals for a firm-fixed price contract to support the HQDA Best Squad Competition-Community Event, scheduled for October 10-12, 2025, at the National Mall in Washington, D.C. The selected contractor will be responsible for providing comprehensive logistical support, including personnel, equipment, and services necessary for the successful execution of the event, which aims to enhance community engagement and recruitment through fitness initiatives. This procurement is particularly significant as it emphasizes opportunities for small businesses, with a total award amount of $19 million and a total small business set-aside designation. Interested vendors must submit their quotes electronically by July 22, 2025, and direct any inquiries to Emily Ryan or Joseph R. Lawrence via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Draft Performance Work Statement (PWS) for a non-personal services contract supporting the 2025 Best Squad Competition-Community Event Fitness Competition, set for October 10-12, 2025, at The National Mall in Washington, D.C. The contractor will be responsible for providing personnel, equipment, supplies, transportation, and other resources necessary for the event while ensuring compliance with National Park Service guidelines. The competition, initiated by the Headquarters Department of the Army (HQDA) in 2022, aims to engage the community and enhance recruitment efforts for the Army. Key responsibilities include coordinating setup and teardown logistics, providing fitness equipment and support personnel (including certified judges), and ensuring medical safety on-site. Additionally, the document specifies quality control measures, logistical requirements, and explicit schedules for the event's setup and tear down. Expectations for contractor performance are outlined, emphasizing compliance, safety, and effective communication with government representatives. Overall, this PWS illustrates the detailed requirements and accountability measures essential for facilitating a successful community fitness competition while fostering positive relationships between the Army and the public.
    The HQDA Best Squad Competition (BSC) is an annually held fitness event organized to select the U.S. Army's Best Squad, Non-Commissioned Officer of the Year (NCOY), and Soldier of the Year (SOY). Scheduled for October 10-12, 2025, at The National Mall in Washington, D.C., this event aims to enhance public engagement and recruitment efforts. The government seeks a contractor to provide comprehensive services, including personnel, equipment, supplies, and logistics for the competition, which involves managing up to twelve squads of competitors. Key contract requirements include providing certified fitness judges, setting up the event space, ensuring compliance with National Park Service guidelines, and maintaining the quality of services through a robust quality control program. The contractor must also provide security, oversee the setup and teardown processes, and conduct safety briefings for participants. The document outlines timelines for planning and coordination, specifying deliverables to the government, including site plans and event reports. The document's structure is segmented into sections detailing general information, specific services required, definitions, and supporting procedures. This RFP reflects the government's structured approach to procuring non-personal services while ensuring compliance with operational standards.
    The Performance Work Statement (PWS) outlines the requirements for a contractor to support the HQDA Best Squad Competition-Community Event Fitness Competition scheduled for October 10-12, 2025, at the National Mall in Washington, D.C. The contractor is responsible for providing all necessary personnel, equipment, supplies, and services to ensure the event runs smoothly, including fitness equipment, judges, transportation, and setup/teardown logistics. Key components include adherence to National Park Service guidelines for site setup and criteria for the quality control program. The contractor must provide trained judges, medical personnel, and ensure overnight security for equipment. Event setup begins on October 10, 2025, with all equipment operational prior to the competition starting on October 11, 2025. Throughout, the contractor must coordinate closely with the Contracting Officer’s Representative (COR) and adhere to specified timelines and quality standards. This document serves as a crucial detail for executing the Army’s mission in community engagement and recruitment through fitness, reflecting the goals established by the Sergeant Major of the Army since the competition's inception in 2022. The PWS emphasizes the importance of community relationships by showcasing Army fitness and fostering recruitment opportunities.
    The document is an amendment to a government solicitation issued by the Mission and Installation Contracting Command (MICC) at Fort Knox for a commercial acquisition related to the Best Squad Competition Fitness Competition. The amendment updates the Performance Work Statement (PWS), extends the solicitation closing date to July 28, 2025, at 1:00 PM EDT, and modifies the instructions to offerors. Key modifications include a change in the due time for offers and the specification of submission requirements, emphasizing electronic submissions and acknowledgment of amendments. The document outlines the bidding process, eligibility criteria for small businesses, and instructions for preparing quotes, including a cover letter, pricing data, and a Fitness Competition Plan. Evaluation will focus on price and compliance with specifications, with awards to be granted to the lowest responsible offeror. The overarching purpose is to solicit competitive offers while ensuring compliance with federal acquisition regulations and guidelines.
    The document outlines a solicitation for a contract designated for women-owned small businesses (WOSB) to support the Headquarters Department of the Army (HQDA) Best Squad Competition, which will take place from August 1 to October 12, 2025. The primary purpose is to provide logistical and support services for a community fitness event, including roles such as a Master of Ceremony, setup materials, sound equipment, and staffing. Significant elements include a firm fixed price pricing arrangement, a total award amount of USD 19,000,000, and specific instructions for offer submission by July 22, 2025. It emphasizes compliance with various federal contracting regulations and clauses, including requirements related to small business participation and a performance work statement (PWS). The expected contract will be administered by the U.S. Army Mission and Installation Contracting Command at Fort Knox. Offers must be submitted electronically and adhere to a detailed structure, indicating the importance of a thorough and compliant proposal. Overall, this solicitation reflects the government’s commitment to fostering opportunities for small businesses, especially those owned by women, while ensuring the provision of high-quality support for military events.
    The document outlines the Performance Work Statement (PWS) for a non-personal services contract supporting the Headquarters Department of the Army (HQDA) Best Squad Competition-Community Event Fitness Competition, scheduled for October 10-12, 2025. The contractor is responsible for all personnel, equipment, supplies, and necessary services for the event at the National Mall in Washington D.C. Key objectives include coordinating logistics, managing setup/teardown, and ensuring compliance with National Park Service (NPS) guidelines. The contractor must provide certified judges for the competition, a comprehensive safety and event management plan, and medical personnel. The event aims to enhance Army recruitment efforts by engaging the community, showcasing Army opportunities, and fostering relationships between the Army and the public. The contractor will ensure continuous oversight throughout the event, provide security for equipment, and submit various reports to ensure conformity with quality control standards. This contract emphasizes the importance of quality assurance, coordination, and the execution of a well-organized public event while adhering to federal regulations and guidelines. Overall, the PWS aims to streamline the preparation and execution processes for a significant community engagement initiative within the Army's mission.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Master Breacher Range Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Master Breacher Range Support contract at Fort Benning, Georgia. This procurement aims to provide materials and labor for the Regimental Master Breacher Course (RMBC), which includes responsibilities such as constructing and cleaning targets, procuring materials, and ensuring compliance with safety and environmental regulations. The contract is significant for enhancing demolition training for the 75th Ranger Regiment and is set aside for small businesses, with a total award amount of $45 million. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should direct inquiries to SSG Dwayne Phelps or Rafael Alamedapabon via the provided email addresses.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.
    Master Breacher Course Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Master Breacher Course Support at Fort Benning, Georgia. This procurement involves providing materials and labor for training site support, including the construction and maintenance of targets and training aids for the 75th Ranger Regiment's Regimental Master Breacher Course, which is conducted three times a year. The contractor will be responsible for adhering to specific construction standards, ensuring quality control, and complying with safety and environmental regulations, while the government will provide range access and coordination. Proposals are due by December 18, 2025, at 2:00 PM EST, and interested parties should submit their quotes electronically to the designated contacts, Rafael Alamedapabon and Jack Konrat, with no paper submissions accepted.
    Luke Air Force Base 2026 Air Show - Audio Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all spectator areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at $40 million and designated as a Women-Owned Small Business set-aside, emphasizes technical acceptability, past performance, and price in its evaluation criteria. Interested vendors must submit their quotes by December 17, 2025, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email, ensuring quotes remain valid through March 14, 2026.
    R--National Capital Region Events Management MATOC
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking a contractor to manage and plan events within the National Capital Area, including high-profile occasions such as the Cherry Blossom Festival and Independence Day Celebration. The contractor will be responsible for organizing both recurring events, like the National Symphony Orchestra concerts and the National Christmas Tree Lighting, as well as nonrecurring events that may arise throughout the year. This procurement is crucial for maintaining the cultural and community engagement that these events foster in the region. Interested small businesses are encouraged to reach out to Dianna Durbin at diannadurbin@nps.gov or call 202-619-739 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    National Salute to America's Heroes Event
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide marketing services for the National Salute to America's Heroes (NSAH) event, which includes the US Army SaluteFest component. The objective of this procurement is to support the marketing efforts for this significant Memorial Day event, which honors American heroes. The services will be performed in Miami Beach, Florida, and are crucial for promoting the event and ensuring its success. Interested parties can reach out to Charles G. Trumpfheller at 502-624-8046 or via email at Charles.G.Trumpfheller.civ@army.mil for further details.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    FY 26 RTI Catering
    Dept Of Defense
    The Department of Defense, specifically the Illinois Army National Guard, is soliciting proposals for catering services to provide prepared breakfast, lunch, and dinner meals for the 129th Regiment during training events from January 2 to September 25, 2026. The contract, valued at approximately $9 million, requires the selected vendor to deliver meals to designated locations, including the IMA DFAC at Camp Lincoln and Lincoln Land Community College, adhering to strict delivery protocols and food safety standards. This procurement is crucial for ensuring that military personnel receive nutritious meals during their training, with specific dietary needs and meal counts outlined in the solicitation documents. Interested vendors should direct inquiries to Stephanie Maley at stephanie.c.maley.civ@army.mil or Donald Piper at donald.g.piper6.mil@army.mil, and must comply with the submission deadlines and requirements detailed in the solicitation.
    Industry Day FY25-30 Small Unmanned Aircraft System (sUAS) Blanket Purchase Agreement (BPA)
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is hosting an Industry Day in February 2026 to engage small business vendors for a Blanket Purchase Agreement (BPA) focused on Small Unmanned Aircraft Systems (sUAS). The procurement aims to acquire sUAS compliant with the Blue UAS Cleared or Select Lists, along with repair parts, sustainment support, and technical expertise for these systems. This initiative is crucial for enhancing the operational capabilities of the military through advanced drone technology. Interested vendors must respond with company information and authorization documentation, and participation requires two forms of government-issued identification. For further inquiries, vendors can contact Justin C. Gould at justin.c.gould5.mil@army.mil or Nataly Johnson at nataly.l.johnson.mil@army.mil.
    Roads & Grounds Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Roads & Grounds Services at Fort McCoy, Wisconsin. The contractor will be responsible for delivering all necessary labor, transportation, equipment, materials, supervision, and other services as outlined in the Performance Work Statement and the terms of the solicitation. This contract is crucial for maintaining the operational readiness and aesthetic upkeep of the military installation, with a total estimated performance period that includes a 1-month phase-in, one base year of 11 months, four 12-month option years, and a 6-month option to extend. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, focusing on technical capabilities, past performance, and price, with the solicitation expected to be released on December 18, 2025. Interested parties can contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or 520-706-0736 for further information.