Badger Yellow Ribbon Fox, Valley, WI
ID: W912J2-25-Q-A002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N8 USPFO ACTIVITY WI ARNGCAMP DOUGLAS, WI, 54618-5002, 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 Wisconsin Army National Guard (WIARNG), is seeking proposals for hotel lodging and conference space rental for a pre-mobilization event scheduled from January 31 to February 2, 2025, in the Fox Valley area of Appleton, Wisconsin. The procurement includes accommodations for approximately 700 service members and their families, requiring 250 lodging rooms each night, along with necessary audio-visual support, meals, and childcare services. This event is critical for the reintegration of service members, emphasizing the need for a supportive environment during their transition. Interested vendors must submit their proposals by 11:00 AM CST on January 6, 2025, to Curtis Clements at curtis.p.clements.civ@army.mil, ensuring compliance with all outlined requirements and specifications.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Price Breakdown Worksheet prepared for the BYR Hotel/Conference Venue, aimed at detailing costs associated with organizing a conference as specified in the Statement of Work (SOW). It includes four key Contract Line Item Numbers (CLIN): 1. **Conference Space**: Costs for various rooms including general session and breakout spaces for the event. 2. **Audio/Visual Requirements**: Provision for necessary technology in the general session room and breakout areas. 3. **Meals**: Cost estimates for adult and child lunches over the conference days (January 31 - February 2). 4. **Hotel Rooms**: Price for double bed accommodations required from January 30 to February 1 for participants. The document emphasizes that all quoted prices must include applicable service charges and ends with the total contract price to be calculated. The purpose aligns with federal RFP processes, ensuring detailed budget planning for conference-related expenditures while adhering to governmental standards and accountability practices.
    This document addresses logistical details for an upcoming event requiring audio-visual support and attendance forecasting. The event will take place over three days, with an expected attendance of 700 participants on the first two days and approximately 650 on the third day. It specifies the need for the hotel to provide projectors, connections, and microphones, although backup equipment will be brought by the organizers to mitigate any potential issues. Additionally, a request for a detailed bid sheet with a breakdown of line items has been acknowledged, with the relevant documentation posted on a specified date. This correspondence indicates coordination between event planners and venues, which is typical in government-related requests for proposals (RFPs) for events and grants.
    The document addresses logistical inquiries concerning an upcoming event requiring extensive coordination in terms of audio-visual support, accommodation, and childcare services. Key requests include the provision of projectors, connections, and microphones from the hotel, as the organizers have backup equipment. The event anticipates 700 attendees for the first two days and about 650 on the third day. There are discrepancies regarding the number of nanny and youth rooms detailed in the Statement of Work (SOW) versus the pricing sheet, with 250 lodging rooms required each night while indicating only 200 on the pricing sheet. Childcare services are anticipated for 20 children daily in both a nanny room and a youth room, with necessary amenities including space for pack n plays and areas for activities like arts and crafts. The document's main purpose is to clarify expectations and configuration needs for an upcoming event in alignment with federal RFP processes, emphasizing the importance of thorough planning for participant accommodations and service provisions while addressing potential gaps in documentation and communication.
    The document outlines the Statement of Work for the Yellow Ribbon Reintegration Program organized by the Wisconsin Army National Guard (WIARNG) for a pre-mobilization event scheduled from January 31 to February 2, 2025, in the Fox Valley area of Appleton, WI. The event anticipates an attendance of approximately 700 service members and their families, necessitating 250 lodging rooms each night. Key components include a large general session room with specific A/V requirements, a resource room, privacy rooms, nanny and child/youth rooms, and a registration area. Essential needs for the general session involve cabaret-style seating and a buffet-style lunch. Additional specifications for rooms include setup details, A/V equipment, and amenities like water stations. The document serves as a formal request for proposals (RFP) detailing logistical requirements for hosting the event while ensuring the comfort and support of attending families. It highlights the commitment to provide resources and a conducive environment for service members during their reintegration process, underscoring the importance of preparation and support in military transitions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Texas Army National Guard: Yellow Ribbon Reintegration Program- April 2025 event
    Buyer not available
    The Department of Defense, specifically the Texas Army National Guard, is seeking proposals for the Yellow Ribbon Reintegration Program event scheduled for April 2025. This procurement aims to provide lodging services for participants of the program, which is crucial for supporting service members and their families during reintegration into civilian life. The contract is set aside for small businesses under the SBA guidelines, with a focus on the hospitality industry, specifically hotels and motels, as indicated by the NAICS code 721110. Interested vendors should reach out to Natalie Rodriguez at natalie.j.rodriguez9.civ@army.mil or call 512-782-5529 for further details.
    FOREIGN MILITARY SALES (FMS) TECHNICAL ORDER (TO) & COMPUTER PROGRAM IDENTIFICATION NUMBER (CPIN) WORLDWIDE REVIEW (WWR)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Foreign Military Sales (FMS) Technical Order (TO) and Computer Program Identification Number (CPIN) Worldwide Review (WWR) scheduled for June 2-5, 2025, in Dallas, Texas. The contractor will be responsible for providing a large conference room for 300 attendees, multiple private workspaces, technical support including audio-visual capabilities, and additional services such as registration facilities, refreshments, and accommodations for approximately 120 participants. This event is crucial for facilitating communication between FMS customers and Security Assistance Technical Order Program personnel, ensuring effective collaboration among international military stakeholders. Interested vendors must submit their detailed quotations by March 12, 2025, at 5:00 PM EST, and can direct inquiries to Danielle M. Craig at danielle.craig@us.af.mil.
    RFI- Army Medical Conference - Feb 25
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking qualified vendors to provide hotel accommodations and conference facilities for the Army Medical Conference scheduled for February 23-28, 2025, in Leesburg, Virginia. The requirements include a main conference room capable of hosting up to 650 attendees, along with 20 to 30 breakout rooms equipped with necessary audio-visual equipment, tables, and chairs. Additionally, the procurement calls for a total of 650 lodging rooms, with specific amenities such as 5G Wi-Fi access, on-site parking, and 24/7 security to enhance the experience for attendees. Interested parties are encouraged to submit a capability document to the primary contacts, Deric Harris and Delbert Spriggs, via email, as this request for information is intended for market research and planning purposes only, with no commitment to award a contract.
    NJ Army National Guard (113th IN) Yellow Ribbon RP Event
    Buyer not available
    The Department of Defense, through the New Jersey Army National Guard, is seeking proposals for the Yellow Ribbon Reintegration Program event scheduled for April 5-6, 2025, in Jersey City, New Jersey. The contractor will be responsible for securing a venue that accommodates approximately 380 attendees, providing necessary facilities for presentations, meals, and vendor interactions, while ensuring compliance with dietary requirements. This event is crucial for supporting service members and their families by offering resources and information regarding benefits post-deployment. Interested contractors should contact Cesar Romero at cesar.a.romero2.civ@army.mil or Brian Aston at brian.j.aston.civ@army.mil for further details and to discuss the proposal submission process.
    PRNG - Multi-Events Conference Package
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified contractors to provide a Multi-Events Conference Package for the Puerto Rico Army National Guard's Soldier and Family Readiness Program. The procurement involves comprehensive services for two events scheduled for April and May 2025, each accommodating 25 participants, including venue arrangements, catering, lodging, and parking, all within a 30 to 80-mile radius of Fort Buchanan, Puerto Rico. This initiative aims to equip volunteers with essential skills to support military families, reflecting the government's commitment to enhancing community support and readiness programs. Interested parties should contact Maria del Mar Ruiz at ng.prarng.purchasing-and-contracting.mbx@army.mil or Carlos Rivera at carlos.m.riveramcdermott.mil@army.mil for further details, with a total contract value of $40 million and a focus on small business participation, particularly women-owned businesses.
    V231--HOPTEL Veteran Overnight Lodging (VA-25-00028403)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide overnight lodging services for veterans at the Oscar G. Johnson VA Medical Center in Iron Mountain, Michigan, under solicitation number 36C25225Q0199. The contract, which is set to commence on April 1, 2025, and last until March 31, 2030, requires the contractor to ensure a minimum of 13 rooms are available each night, adhering to AAA "two diamond" standards and federal safety and accessibility regulations. This initiative is crucial for enhancing accommodation offerings for veterans and their caregivers, promoting quality care and comfort while encouraging small business participation in federal contracts. Interested parties must submit their offers by the extended deadline of March 13, 2025, at 10:00 AM CDT, and can contact Laura A. Broacha at Laura.Broacha@va.gov for further information.
    Venue Manager
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the role of Venue Manager to support the Michigan National Guard (MING) in exercise venue management and planning. The contractor will be responsible for coordinating military training exercises, developing realistic scenarios, and ensuring operational readiness through effective collaboration with local emergency authorities and adherence to cybersecurity measures. This contract, valued under the NAICS code 541990, is crucial for enhancing preparedness for domestic operations and civil support during crises. Proposals are due by March 13, 2025, with inquiries to be directed to Kelli Kelley at kelli.m.kelley3.civ@army.mil or by phone at 517-481-7852.
    Marriage Retreat
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for organizing two marriage retreats aimed at enhancing the emotional and spiritual well-being of military couples. The contractor will be responsible for providing accommodations, meeting spaces, meals, and recreational activities for a total of 22 participants during retreats scheduled for June 27-29 and July 18-20, 2025, at a location within 180 miles of Spokane, Washington. This initiative is part of a broader effort to promote healthy relationships and strengthen family units within the military community. Interested vendors must be registered in the System for Award Management (SAM) and submit their proposals, including price quotations, by the specified deadlines. For further inquiries, potential offerors can contact Evan Maddox at evan.maddox@us.af.mil or Brandon Teague at brandon.teague.1@us.af.mil.
    Off Center Lodging April 2025 - September 2025
    Buyer not available
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking lodging services for students attending training in Glynco, Georgia, from April 1, 2025, to September 30, 2025. This opportunity is exclusively set aside for small businesses located within a 40-mile radius of FLETC and anticipates multiple firm fixed price awards for an estimated 2,754 lodging rooms, emphasizing compliance with security, safety, and cleanliness standards. The selected contractor will be responsible for managing guest complaints, ensuring privacy protocols for students, and maintaining operational standards, all while adhering to federal contracting requirements. Interested parties must submit a detailed Hotel Services and Prices form by March 17, 2025, and can contact Erin Johnson at erin.johnson@fletc.dhs.gov or 912-267-3297 for further information.
    Catered Meal Services - 136th Engineer Co, Jericho, VT
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for catered meal services for the 136th Engineer Company during their annual training at the Ethan Allen Firing Range in Jericho, Vermont, scheduled from May 31 to June 11, 2025. The contractor will be responsible for providing all necessary personnel, food, and culinary management to deliver quality meals, adhering to state sanitation laws and accommodating special dietary needs, including Halal options. This procurement is set aside for small businesses under NAICS Code 722320, with a maximum contract value of $9 million, and proposals must be submitted by April 4, 2025. Interested vendors can contact Daniel Bibeau at daniel.s.bibeau.mil@army.mil or Darlene Howes at darlene.r.howes.civ@army.mil for further information.