LAARNG FY25 Youth Leadership / Camp Pelican Pride
ID: W912NR25QA015Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NB USPFO ACTIVITY LA ARNGPINEVILLE, LA, 71360-0000, USA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL (V231)
Timeline
    Description

    The Department of Defense, through the Louisiana Army National Guard, is seeking proposals for the Youth Leadership Camp and Camp Pelican Pride, scheduled from June 22 to June 30, 2025, in Norwood, Louisiana. The procurement involves providing lodging, meals, and recreational activities for approximately 190 participants, with specific requirements for gender-separated accommodations and compliance with health and safety standards. This initiative is crucial for fostering leadership skills among youth and enhancing community engagement through structured activities. Interested contractors must submit their quotes by May 27, 2025, with a contract value estimated at $40 million, and can direct inquiries to Reva L. Johnson at reva.l.johnson3.mil@army.mil or Crystal Lynn Stiles at crystal.l.stiles2.civ@army.mil.

    Point(s) of Contact
    Reva L. Johnson
    (318) 290-5036
    (318) 290-5886
    reva.l.johnson3.mil@army.mil
    Crystal Lynn Stiles
    (318) 290-5933
    13182905886
    crystal.l.stiles2.civ@army.mil
    Files
    Title
    Posted
    The Women-Owned Small Business (WOSB) solicitation outlines a contract for providing catering and lodging services for the Louisiana National Guard's 2025 Youth Leadership Camp and Camp Pelican Pride. The contractor is responsible for supplying essential services including meals, meeting spaces, and accommodation for approximately 190 participants from June 22 to June 30, 2025. Key requirements include firm-fixed pricing for various meals (breakfast, lunch, and dinner), adequate meeting and sleeping facilities, and recreational activities like a rock wall and zip line. The contractor must ensure compliance with safety and health standards, facilitating separate sleeping arrangements for male and female campers, and employing certified medical personnel during the camp. The solicitation details the performance requirements and standards for contractor evaluation through the Quality Assurance Surveillance Plan (QASP). Establishing clear definitions for contractor roles, deliverables, and required compliance with security measures is also emphasized. This document serves as an official request for proposals, aiming to ensure quality services while supporting the participation of women-owned businesses in government contracting.
    The solicitation detail from the Women-Owned Small Business (WOSB) aims to secure a contractor for the Louisiana National Guard's Youth Leadership Camp (YLC) and Camp Pelican Pride, scheduled from June 22 to June 30, 2025. The contract requires providing essential services including meeting spaces, catered meals, lodging accommodations for approximately 190 participants, and recreational activities. Key specifications include the provision of 105 sleeping beds separated by gender, a dining facility for up to 75 individuals, and a variety of prepared meals totaling 2,300 servings. Additional requirements entail catering services, qualified medical personnel, and recreational facilities such as climbing walls, swimming areas, and archery ranges. Contractors must ensure compliance with safety regulations and maintain equitable facilities for sleeping and recreational activities. The document outlines performance work statements, quality assurance expectations, and contractor responsibilities while adhering to federal acquisition regulations. The goal is to ensure a successful, enjoyable, and safe camp experience for the youth of the Louisiana National Guard, enhancing community engagement through structured activities. The bidding process emphasizes transparency and best value for contracting officers as they evaluate proposals.
    This document serves as an amendment to a federal solicitation, addressing changes in submission protocols for offers. The submission deadline for offers has been extended from April 21 to April 24, 2025. Offerors are required to acknowledge receipt of the amendment through one of several outlined methods to avoid rejection of their offers. Additionally, there are provisions for modifying existing offers and ensuring communication regarding these changes reaches the designated offices prior to the specified deadlines. The document maintains that all other terms and conditions remain unchanged. Its structure contains sections for identification codes, modification details, and acknowledgment signatures from relevant parties, ensuring compliance with federal contracting procedures. The amendment reflects a typical process in government RFPs, ensuring clarity and adherence to protocol in soliciting offers for contracts.
    This document serves as an amendment to a solicitation for a government contract, specifically for the project designated as W912NR25QA015. It informs potential offerors that the deadline for submitting offers is extended to May 2, 2025. The document outlines the acknowledgment process for this amendment, requiring offerors to confirm receipt through specified methods to avoid rejection of their offers. Additionally, it details procedures for modifying previously submitted offers and indicates the authoritative basis for such modifications. The amendment retains all previous terms and conditions of the original solicitation, ensuring continuity in the contract's effectiveness. Public communication channels for inquiries are provided, including contact information for the contracting officer. Emphasizing clarity and compliance, the amendment is critical for maintaining a structured response framework for companies participating in the bidding process.
    This document pertains to an amendment of a government solicitation, specifically regarding changes to an RFP involving lodging, food services, and activities for a summer camp utilized by the Louisiana Army National Guard (LANG). The amendment extends the deadline for offers and outlines several modifications to service requirements, including the addition of a lodging requirement for 105 attendees, specifying accommodations for male and female volunteers. Key changes include extended response deadlines, new lodging and medical staff provisions, and detailed service specifications such as meal delivery logistics and activity management (e.g., a rock wall, zip-line, and canoeing). Additional documentation must ensure compliance with health and safety standards, particularly concerning food services and medical staffing. This amendment illustrates the federal government's structured process of soliciting bids, detailing necessary adjustments to ensure comprehensive service delivery while maintaining budgetary and regulatory constraints. Overall, this document exemplifies the careful management and response to evolving needs within federal contracts.
    This document serves as an amendment for a federal solicitation, detailing important updates and instructions regarding the submission of offers. The main purpose of the amendment is to extend the submission deadline and modify specific contract details as outlined in the document. It emphasizes that offers must acknowledge receipt of the amendment by various methods, including completing specified items or responding electronically. Failure to acknowledge the amendment on time may lead to offer rejection. Key changes highlighted in this amendment include a shift to full and open competition, adjustments to the response due time and date, and modifications to the solicitation's set-aside status and small business size standard. The new response due time is set for 11:30 AM on May 27, 2025, and the revised contract value is now $40 million. Overall, the amendment seeks to clarify and update the solicitation process while ensuring compliance with relevant federal requirements, facilitating transparency and accessibility for potential contractors.
    The document summarizes a Q&A session for Solicitation W912NR25QA015, which clarifies eligibility and requirements for vendors submitting offers for lodging and event services in Norwood, LA. It confirms that third-party travel businesses can participate, not just hotels, but requires that on-site personnel must be present at the venue, disallowing telecommuting. The venue must be within a 50-mile radius of Norwood, LA. There is no flexibility regarding the location for venues; they must adhere to this specified radius, even if nearby Baton Rouge appears to have more viable options. The document outlines specific limitations and requirements for potential contractors, emphasizing the importance of physical presence for the contract’s fulfillment.
    The document outlines a meal plan for a specific time frame, detailing breakfast, lunch, and dinner options for different group sizes ranging from 20 to 190 people. Each meal includes specific items such as scrambled eggs, grits, various meats, and sides, with additional notes on drink options for each meal. Special care is given to dietary restrictions, particularly avoiding peanut oil and nuts due to allergy concerns. A salad bar is available daily, and leftover desserts will be distributed at a Sunday night dance party. The structure of the document indicates preparation for an event or program with organized meal planning to cater to various group sizes, ensuring nutritional and allergenic safety while promoting communal dining experiences.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Jackson Public School University Residential STEM (Health Career Fields) Camp for USACC
    Dept Of Defense
    The Department of Defense, through the Mission Installation Contracting Command-Ft Knox, is seeking a sole-source vendor for the Jackson Public School University Residential STEM Camp focused on health career fields for JROTC Cadets. The contract, valued at $85,532.00, aims to provide residential STEM training, including lodging, facilities, and meals for approximately 120 cadets over two cycles in June 2023, with William Carey University identified as the sole-source provider due to its unique capabilities in meeting specific training and safety requirements. This initiative is crucial for delivering essential STEM education to cadets, ensuring they receive quality training that has been successfully provided by WCU for over four years. Interested parties can reach out to Brittney Morrison at brittney.d.morrison.civ@army.mil for further information.
    RV Campers - DLA MWR San Joaquin
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting quotes for the procurement of two new campers for the Family & Morale, Welfare, and Recreation (FMWR) program at the DLA Installation Management San Joaquin in Tracy, California. The specific requirements include models such as the 2025 Jayco Jay Feather Micro or equivalent and the 2026 Jayco Jay Flight Six or equivalent, with detailed specifications outlined in the solicitation. These campers are intended to support recreational activities for military personnel and their families, emphasizing the importance of morale and welfare services. Interested vendors must submit their quotes by 3:00 PM (EST) on January 6, 2026, and direct any questions regarding the solicitation to Elizabeth Sheffield at elizabeth.sheffield@dla.mil by December 30, 2025.
    JROTC Cadet Leadership Challenge (JCLC) Manatee
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the JROTC Cadet Leadership Challenge (JCLC) in Manatee, Florida. This opportunity involves providing social and recreational services aimed at enhancing leadership skills among JROTC cadets. The program is crucial for fostering teamwork and personal development among youth participants, contributing to their overall growth and leadership capabilities. Interested parties can reach out to Jennifer L. King at jennifer.l.king76.civ@army.mil or call 502-624-1006 for further details regarding the procurement process.
    Calcasieu River and Pass, Bar Channel Hopper Dredge Contract No. 3-2025, Cameron Parish, Louisiana. Specification Nos. OM25127
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Calcasieu River and Pass Bar Channel Hopper Dredge Contract No. 3-2025 in Cameron Parish, Louisiana. Bidders are required to furnish a fully crewed and equipped self-propelled trailing suction hopper dredge for the removal and disposal of shoal material, with the project magnitude estimated between $5,000,000 and $10,000,000. This contract is crucial for maintaining navigable waterways and may extend to additional areas within the New Orleans, Galveston, and Mobile Districts. Interested bidders must register in the System for Award Management (SAM) and submit their bids by the specified deadlines, with the solicitation expected to be issued around December 4, 2024. For further inquiries, contact Christopher Nuccio at christopher.nuccio@usace.army.mil or Angela Day at Angela.C.Day@usace.army.mil.
    151 ESB Catered Meals 5JAN-10APR 2026
    Dept Of Defense
    The Department of Defense, through the South Carolina Army National Guard, is soliciting proposals for the provision of catered meals for the 151st Enhanced Separate Brigade from January 5, 2026, to April 10, 2026. The contract requires the delivery of 2,269 hot catered lunches, adhering to specific food safety regulations and utilizing the SCARNG FY25 14 Day Menu, with all meals to be served buffet-style or in appropriate containers. This procurement is critical for supporting the brigade's annual training event, ensuring that service members receive nutritious meals during their training period. Interested small business contractors must submit their quotes by December 18, 2025, and can direct inquiries to Kevin Esber at kevin.j.esber.mil@army.mil, with an estimated total contract value of $9 million.
    Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2, Plaquemines Parish, LA (ED 24-009)
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River Hopper Dredge Disposal Area project, specifically Project 24-2 located in Plaquemines Parish, Louisiana. The project involves the removal of material within the Hopper Dredge Disposal Area and the disposal of this material in designated restoration areas, adhering to specified dimensions outlined in the contract drawings. This dredging project is significant for maintaining navigational channels and environmental restoration, with a contract value estimated between $25 million and $100 million. The solicitation is expected to be issued around December 5, 2024, and interested vendors should register on Sam.gov and contact Cori A. Caimi or Bambi Raja for further details.
    FY 26 RTI Catering
    Dept Of Defense
    The Department of Defense, specifically the Illinois Army National Guard, is seeking qualified caterers to provide prepared meals for the 129th Regiment during training events from January 2 to September 25, 2026. The procurement involves delivering breakfast, lunch, and dinner to designated locations, including the IMA DFAC at Camp Lincoln and Lincoln Land Community College, with a focus on adhering to specific dietary needs and meal preparation standards outlined in the Statement of Work. This contract, valued at approximately $9 million, is critical for ensuring that military personnel receive nutritious meals during their training, with delivery protocols requiring meals to be provided 30 minutes prior to serving times. Interested vendors should contact Stephanie Maley at stephanie.c.maley.civ@army.mil or Donald Piper at donald.g.piper6.mil@army.mil for further details and to address any inquiries.
    New Orleans Harbor and Various Bar Channels Cutterhead Dredge 3-2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the rental of a fully crewed hydraulic pipeline cutterhead dredge for operations along the Mississippi River, New Orleans Harbor, and various bar channels in Louisiana. The project aims to enhance navigability and maintain essential waterways, with a construction magnitude estimated between $10 million and $25 million. Bidders are required to submit comprehensive proposals that include pricing for mobilization and dredging hours, while adhering to safety regulations and performance specifications. Interested contractors should contact Bambi Raja at Bambi.L.Raja@usace.army.mil or Cori A. Caimi at Cori.A.Caimi@usace.army.mil for further details, and must ensure registration with the System for Award Management (SAM) prior to bid submission, with the solicitation set for March 13, 2025.
    Mississippi River, New Orleans Harbor and Various Bar Channels Cutterhead Dredge No. 5-2025
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor, and various bar channels Cutterhead Dredge No. 5-2025 project. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform dredging work in specified areas, including the New Orleans Harbor reach of the Mississippi River and adjacent waterways. This project is crucial for maintaining navigability and ensuring the operational efficiency of these vital waterways. The estimated construction cost ranges between $10 million and $25 million, with the solicitation expected to be issued around May 6, 2025. Interested vendors should register on beta.SAM.gov and are encouraged to contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Fermon Davis at Fermon.L.Davis@usace.army.mil for further information.
    Flood Control, Amite River Tributaries, Louisiana, Comite River Basin, Comite River Diversion Project, Bayou Baton Rouge Rock Chute, East Baton Rouge Parish, Louisiana
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking bids for the construction of flood control projects in the Amite River and Comite River Basin, specifically the Comite River Diversion Project at the Bayou Baton Rouge Rock Chute in East Baton Rouge Parish, Louisiana. The project involves a range of construction activities, including the clearing and grubbing of land, the construction of diversion channels and pump stations, roadway modifications, and the installation of various infrastructure components, with an estimated contract value between $25 million and $100 million. This initiative is crucial for enhancing flood management and infrastructure resilience in the region, ensuring compliance with federal and state regulations throughout the construction process. Interested contractors must register with the System for Award Management (SAM) and submit their bids by February 6, 2025, with inquiries directed to Lauren A. Gandolfi at lauren.a.gandolfi@usace.army.mil or by phone at 504-862-2466.