The Statement of Work outlines requirements for a contractor to facilitate the Sacramento District's 2025 Annual Awards Ceremony, scheduled for February 6, 2026. The contractor must provide a venue for approximately 300 attendees, located within 10 blocks of 1325 J St., Sacramento, CA. The venue needs to be available from 9:00 AM to 3:00 PM for setup, the event, and teardown. Services include arranging a 3-course seated lunch with multiple entrée options, full table service, and a stage (minimum 6’ x 8’) with stairs. The ceremony will recognize employee achievements from 2025, including Length of Service, Safety, People’s Choice, and Team Achievement awards.
The Statement of Work outlines requirements for a contractor to facilitate the Sacramento District 2025 Annual Awards Ceremony, scheduled for February 6, 2026. The contractor must provide a venue within 10 blocks of 1325 J St., Sacramento, CA, for approximately 300 attendees. Services include arranging a 3-course seated lunch with multiple entrée options (chicken, pork, veggie/vegan pasta) and full table service. The venue needs to be set up formally, with the contractor coordinating with event organizers for scheduling and needs, and providing necessary equipment and staff. The ceremony will recognize employee achievements from 2025, including awards for Length of Service, Safety, People’s Choice, and Team Achievement.
This document addresses common questions regarding an event outlined in a government Request for Proposal (RFP) or similar procurement document. Key clarifications include that no audiovisual support, event décor, signage, or special parking arrangements are required. Personnel do not need to be US Army Corps veterans or associated with any specific entity type for quoting purposes. The event will run from 9 AM to 3 PM, and the winning contractor will determine the exact table setup, which should accommodate 8-10 people per table. The lunch will be a 3-course seated meal with multiple entrée options (chicken, pork, veggie/vegan pasta), and the price per meal is fixed regardless of food choice. The bottom-line price (CLIN 0001) is inclusive of the room, food, taxes, and fees. The event date is not flexible.
This government solicitation, W9123826QA004, is for a Women-Owned Small Business (WOSB) to provide services for the FY25 and FY26 annual award ceremonies on February 6, 2026. The acquisition is set aside for WOSBs, with a NAICS code of 561499. The contract is a Firm Fixed Price arrangement. Key clauses incorporated by reference include FAR 52.212-4 outlining contract terms and conditions, and DFARS 252.211-7003 on Item Unique Identification and Valuation. The evaluation will be based on price only, with options included in the total price. The document details administrative information, delivery schedules, and various FAR and DFARS clauses governing commercial products and services, emphasizing compliance with federal regulations, ethical conduct, and small business utilization.
This document is an amendment to solicitation number W9123826QA004, issued by ENDIST SACRAMENTO, KO CONTRACTING DIVISION. The amendment, effective January 8, 2026, modifies the solicitation by incorporating an updated Performance Work Statement (PWS) dated January 8, 2026. This new PWS replaces the previous version from December 19, 2025, and is added as document 0003 in the list of contract attachments. The amendment also clarifies that offers must acknowledge receipt of this modification to avoid rejection. All other terms and conditions of the original solicitation remain unchanged.
The Department of the Army, Sacramento District, Corps of Engineers (USACE) issued a letter on December 19, 2025, to inform interested companies of its exemption from most federal, state, and local taxes. This exemption, in accordance with Federal Acquisition Regulation (FAR) subpart 29.305 and FAR part 29, specifically applies to the Purchase Order for the USACE Awards Ceremony February 2026 room rental and luncheon, under contract/solicitation W9123826QA004. The letter provides USACE’s Tax ID number (62-1642142) and directs questions regarding contractual matters to Raymond R. Greenheck, the Contracting Officer, via phone at (916) 557-6872 or email at raymond.r.greenheck@usace.army.mil. This document serves as official notification of the tax-exempt status for the specified procurement.
This document, Wage Determination No. 2015-5631, Revision No. 26, issued by the U.S. Department of Labor, details prevailing wage rates and fringe benefits for service contract employees in El Dorado, Placer, Sacramento, and Yolo Counties, California. It lists numerous occupations across administrative, automotive, food service, health, IT, and other sectors with corresponding hourly rates. The determination outlines comprehensive benefits, including Health & Welfare, vacation accrual (2-4 weeks after specified service years), and eleven paid holidays. It also addresses specific conditions for computer employees (exemptions based on duties and compensation), night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials (8% for high hazard, 4% for low hazard), and uniform allowance requirements. The document concludes with a conformance process for unlisted occupations, emphasizing the use of the Service Contract Act Directory of Occupations for classification.