2/34th IBCT Yellow Ribbon Event Des Moines Area
ID: W912LP-25-Q-5013Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M8 USPFO ACTIVITY IA ARNGJOHNSTON, IA, 50131-1824, USA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

LEASE/RENTAL OF CONFERENCE SPACE AND FACILITIES (X1AB)

Set Aside

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

    The Department of Defense, through the Iowa Army National Guard, is seeking bids from small businesses for the 2/34th IBCT Yellow Ribbon Event scheduled for May 15-16, 2025, in Des Moines, Iowa. The contractor will be responsible for providing lodging, meeting spaces, meals, and necessary resources to support service members and their families during this event, which is part of the Yellow Ribbon Reintegration Program aimed at enhancing readiness and resilience during deployment. Interested contractors must submit their quotes by 10:00 a.m. on May 5, 2025, including detailed contractor information and pricing tables, with the award going to the lowest-priced quote that meets the requirements. For further inquiries, potential bidders can contact Hunter D. Maeder at hunter.d.maeder.mil@army.mil or Kelsey Letcher at kelsey.l.letcher.civ@army.mil.

    Files
    Title
    Posted
    The Iowa Army National Guard has issued RFQ # W912LP-25-Q-5013 for the 2-34th BCT Yellow Ribbon Event scheduled for May 15-16, 2025, in Des Moines, IA. This combined synopsis/solicitation is designed for small businesses as indicated by the applicable NAICS Code 721110, which encompasses hotels and motels, with a small business size standard of $40 million. Vendors must submit quotes by April 30, 2025, at 10:00 a.m. local time, detailing proposed event spaces and lodging rooms, alongside the required Attachment 01, which includes contractor information and pricing tables. The selection will be based on the lowest price meeting minimum specifications. Quotes should be emailed to designated contacts, and late submissions will face penalties as per regulations. This solicitation serves as a critical call for vendors to provide necessary services and facilities for the Yellow Ribbon Event, supporting military personnel and their families.
    The Iowa Army National Guard has issued RFQ # W912LP-25-Q-5013 for the 2-34th BCT Yellow Ribbon Event scheduled for May 15-16, 2025, in Des Moines, IA. The solicitation seeks bids from small businesses for the rental of conference space and lodging facilities, in compliance with the Federal Acquisition Regulation (FAR) guidelines. Bids are due by 10:00 a.m. on May 5, 2025, and must include specific submissions such as contractor information and pricing tables, as well as details about proposed event spaces and lodging. The award will go to the lowest-priced quote that meets the specified requirements. Contact information for the contracting office is provided, and bidders are encouraged to submit electronic quotes via email. The document emphasizes the importance of compliance with submission requirements and the timely delivery of quotes. Overall, this RFQ represents a structured approach to procure necessary services for the planned military event while promoting participation from small businesses.
    The RFQ # W912LP-25-Q-5013 pertains to the 2-34th BCT Yellow Ribbon Event in Des Moines, IA. It outlines the requirements for contractors to submit their information and pricing in a specified format. Contractors must fill out the Contractor Information Table, which includes details such as company name, point of contact information, CAGE Code/Entity ID, Tax ID Number, and business size/socio-economic groups. Additionally, a Pricing Table is required, detailing the Yellow Ribbon Event with specified quantities and prices. The document emphasizes that this information must be included in the official quote, ensuring clarity and compliance with federal acquisition regulations. The structure is straightforward, focusing on essential details for procurement under government RFP guidelines, highlighting the necessity for contractors to accurately present their qualifications and pricing for the event.
    The document outlines the Performance Work Statement (PWS) for the contractor's responsibilities regarding the 2/34 IBCT Yellow Ribbon Pre-Deployment Event scheduled for May 15-16, 2025. The contractor is tasked with providing lodging, meeting spaces, and meals, ensuring access to necessary resources for service members and their families. The event aims to support the Yellow Ribbon Reintegration Program, enhancing readiness and resilience during deployment. Key requirements include 100 non-smoking sleeping rooms, various meeting spaces for registrations, breakout sessions, and childcare needs, all adhering to specific logistics and quality assurance standards. The contractor must designate a point of contact for audio-visual support, follow CDC COVID-19 guidelines, and provide necessary meals and beverages for all attendees, including children. Additionally, the contractor must attend a post-award coordination meeting and ensure all staff are qualified and identifiable. The contract stipulates strict adherence to performance standards, with regular inspections to assess contractor compliance. This PWS serves as a critical component of government contracting processes, ensuring service delivery aligns with set objectives while fostering effective collaboration between military support services and local agencies.
    The document outlines key clauses and provisions related to federal contracts, particularly for commercial products and services. It incorporates a comprehensive set of regulations including compensation requirements for former Department of Defense officials, whistleblower protections, and clauses regarding cyber incident reporting and telecommunications equipment. Specific clauses address prohibitions on contracts involving certain countries and practices, such as those with the Maduro regime and operations in the Xinjiang Uyghur Autonomous Region. Additionally, the document details necessary certifications for offerors, such as representations regarding business operations, compliance with labor laws, and tax obligations, emphasizing adherence to ethical standards. The Wide Area Workflow payment instructions are laid out to streamline contractor payment requests. This comprehensive framework is essential for ensuring that contracts meet legal and regulatory standards while emphasizing transparency and ethical business practices within the federal acquisition process. This document provides a critical resource for government and contractors to navigate compliance in public procurement activities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Arkansas Army National Guard Meals 142nd
    Dept Of Defense
    The Department of Defense, specifically the Arkansas Army National Guard, is seeking qualified small businesses to provide catered meals for soldiers at Fort Chaffee, Fort Smith, Arkansas, during two periods: January 10-24, 2026, and March 19-April 2, 2026. The contractor will be responsible for supplying all food, labor, and supervision for breakfast and dinner services, adhering to military and food safety standards, and ensuring the cleanliness of the dining facility. This procurement is crucial for supporting the nutritional needs of soldiers during training exercises, with a total estimated value of the contract based on the best value evaluation criteria, including price and past performance. Interested vendors must submit their quotes by 1:00 P.M. Central Time on December 17, 2025, and can direct inquiries to Leonard Roberson at leonard.d.roberson.civ@army.mil or by phone at 520-708-4436.
    SCARNG Catered Meals ISO 1-151st FY26 AT McEntire JNGB
    Dept Of Defense
    The Department of Defense, through the South Carolina Army National Guard (SCARNG), is soliciting proposals from qualified small businesses to provide hot catered meals for the 1-151st Annual Training event scheduled from February 20 to March 5, 2026. The contract, valued at up to $9 million, requires the delivery of breakfast, lunch, and dinner to multiple locations in South Carolina, including McEntire JNGB and North Aux Airfield, while adhering to strict food safety regulations set by the South Carolina Department of Agriculture. Interested vendors must ensure compliance with federal regulations for small business set-asides and submit their quotes, along with required documentation, to the primary contact, Kevin Esber, at kevin.j.esber.mil@army.mil by the specified deadlines, with all submissions due by January 8, 2025, for past performance questionnaires.
    Cedar Rapids Flood Risk Management Project, Reach 4 Phase 1 Downstream River Floodwall and Pump Station
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Rock Island District, is soliciting bids for the Cedar Rapids Flood Risk Management Project, specifically for the Reach 4 Phase 1 Downstream River Floodwall and Pump Station in Cedar Rapids, Iowa. The project entails extensive construction activities, including site demolition, utility removals, and the construction of a cast-in-place concrete floodwall and pump station, with an estimated contract value ranging from $25 million to $100 million. This initiative is crucial for enhancing flood risk management in the area, ensuring the safety and resilience of the community against potential flooding events. Interested contractors must submit their bids electronically by January 8, 2026, at 2:00 PM CST, and are encouraged to direct any inquiries to the primary contacts, Samantha Johanson and Brunson Grothus, via the provided email addresses.
    665th SMC Lodging
    Dept Of Defense
    The Department of Defense, specifically the South Dakota Army National Guard, is seeking commercial lodging services for an upcoming event in Mitchell, SD, scheduled from November 13 to November 15, 2025. The requirement includes providing a total of 153 rooms, with an estimated 51 rooms needed per night for the duration of the stay. This procurement is categorized as a total small business set-aside under FAR Part 19.5, and the contract will be awarded as a Firm Fixed Price, contingent upon the availability of fiscal year 2026 funds. Interested vendors can reach out to Andrew Kennedy at andrew.j.kennedy16.civ@army.mil or by phone at 605-737-6731 for further details, with the solicitation expected to be posted within a week of this presolicitation notice.
    Pre Solicitation Synopsis for SPE300-26-R-0008 Kansas, Nebraska, Iowa, Northern Missouri and Surrounding Region
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is preparing to solicit proposals for Prime Vendor support in the Kansas, Nebraska, Iowa, Northern Missouri, and surrounding regions. This procurement aims to provide various subsistence items from the 8900 Federal Catalog or their commercial equivalents to military customers, including Fort Riley, Fort Leavenworth, and Whiteman AFB, among others. The total estimated value of the contract is $57,798,224, with a performance period of 60 months divided into two pricing tiers: a 36-month initial term followed by a 24-month extension. Interested vendors must be capable of interfacing with the Government’s transaction systems and supporting Electronic Data Interchange (EDI) transactions. Proposals will be evaluated based on Low Price Technically Acceptable criteria, and the Request for Proposal (RFP) is expected to be posted on the DLA DIBBS website in late December 2025. For further inquiries, interested parties may contact Noreen Killian at Noreen.Killian@dla.mil or Kevin White at kevin.w.white@dla.mil.
    SFSC - CATERED SERVICES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure catered meal services for the Wyoming Army National Guard. The requirement involves providing buffet-style breakfast and lunch for 200-250 attendees, with the intent to negotiate a sole-source contract with LITTLE AMERICA HOTEL, the only authorized provider due to health regulations. Interested contractors may challenge this sole-source intent by submitting an interest letter and capabilities statement by December 23, 2025, at 10:00 A.M. Mountain Time. For further inquiries, potential bidders can contact Nickolas Woske at nickolas.l.woske.civ@army.mil or Roberto Rodriguez-Santiago at roberto.rodriguezsantiago.civ@army.mil.
    Hotel Lodging BPA
    Dept Of Defense
    The Department of Defense, specifically the Oklahoma Air National Guard, is seeking proposals for a Blanket Purchase Agreement (BPA) for hotel lodging services from January 1, 2026, to December 31, 2030. The procurement aims to establish firm-fixed price agreements with lodging vendors to provide billeting services for its members, ensuring compliance with specific requirements such as competitive pricing, private baths, air conditioning, and daily housekeeping. This initiative is crucial for accommodating personnel during training and operational activities, with a maximum call limit of $350,000 per vendor. Proposals are due by December 16, 2025, at 10:00 AM CST, and interested parties must be registered in SAM and submit completed certifications. For further inquiries, contact Kurt A Ennis at kurt.ennis.4@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.mil.
    Fort Leonard Wood Roofing IDIQ
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for a Roofing Indefinite Delivery Indefinite Quantity (IDIQ) contract at Fort Leonard Wood, Missouri, and the Lake of the Ozarks area. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), encompasses a range of roofing services including the removal, repair, and installation of various roofing systems, with an estimated contract value between $10 million and $25 million over a five-year period. The procurement is critical for maintaining the integrity and safety of government facilities, ensuring compliance with stringent safety and quality standards. Interested contractors must submit their bids by December 17, 2025, and can direct inquiries to Manson Fowler at manson.l.fowler.civ@army.mil or Blia Vue at blia.vue.civ@army.mil.
    RTI 13M Schoolhouse Meals
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the RTI 13M Schoolhouse Meals contract, which involves providing three daily meals for scheduled training at the Regional Training Institute in Sioux Falls, South Dakota. The contractor will be responsible for all personnel, equipment, tools, materials, supervision, and quality control necessary to deliver meal services from April 16th to November 20th, 2026. This service is crucial for supporting the training operations at the institute, and the contract will be awarded as a Firm Fixed Price under a Total Small Business Set-Aside. Interested vendors must submit their quotes via email by January 7th, 2026, and all inquiries should be directed to Andrew Kennedy by December 11th, 2025, with responses expected by December 17th, 2025.