FY26 AWARD CEREMONY_06 FEB 2026
ID: W9123826QA004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, USA

NAICS

All Other Business Support Services (561499)

PSC

LEASE/RENTAL OF CONFERENCE SPACE AND FACILITIES (X1AB)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army's Sacramento District, is seeking a contractor to facilitate the FY26 Annual Awards Ceremony scheduled for February 6, 2026. The contractor will be responsible for providing a venue for approximately 300 attendees, located within 10 blocks of 1325 J St., Sacramento, CA, and arranging a 3-course seated lunch with multiple entrée options, along with full table service. This event is significant as it recognizes employee achievements from 2025, including various awards, and requires the venue to be available from 9:00 AM to 3:00 PM for setup and teardown. Interested contractors should direct their quotes to the primary contact, Seth Teasdale, at seth.k.teasdale@usace.army.mil or by phone at 719-366-1456, and ensure acknowledgment of the solicitation amendment by the specified deadline.

    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Sacramento MEPS Noon Meals
    Dept Of Defense
    The Department of Defense, through the Army's Mission and Installation Contracting Command at Fort Knox, is soliciting quotes from qualified small businesses to provide noon meals (sub sandwiches) for applicants at the Sacramento Military Entrance Processing Station (MEPS). The contractor will be responsible for preparing, transporting, and serving meals, as well as cleaning the dining area, with services required Monday through Friday and up to 28 Saturdays annually, including occasional "mission day" meals. This procurement is crucial for supporting the meal needs of military applicants during their processing, ensuring adherence to health and safety standards. Interested parties must submit their quotes and any questions via email by the specified deadlines, with a minimum guaranteed procurement of $1,500.00 during the base period from February 1, 2026, to January 31, 2027. For further inquiries, contact Tara Glass at tara.e.glass.civ@army.mil or Darrell May at darrell.e.may.civ@army.mil.
    RFQ - Feb-Mar Catered Meals in support of DC Safe and Beautiful
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is seeking quotations for catered meals to support the DC Safe and Beautiful mission during the months of February and March 2026. The procurement requires the contractor to provide high-quality, nutritious meals for approximately 2,700 to 3,000 service members at various locations, including meal planning, preparation, delivery, and cleanup, while adhering to health and sanitation regulations. This opportunity is a total small business set-aside under NAICS Code 722320 (Caterers), with a total estimated funding amount of $436,777.00 for the two-month period, and interested vendors must submit their quotes by January 14, 2026, at 10:00 AM EST. For further inquiries, potential offerors can contact LTC J. Paul Caldwell at joseph.p.caldwell.mil@army.mil or CPT Kyle Hartleben at kyle.d.hartleben2.mil@army.mil.
    WINGS OVER SOLANO AIR SHOW TENTS, TABLES, AND CHAIRS RENTAL
    Dept Of Defense
    The Department of Defense, specifically the 60th Contracting Squadron at Travis Air Force Base, is seeking qualified vendors for the rental of tents, tables, chairs, and linens for the 2026 Wings Over Solano Air Show. The procurement requires uniform white tents, tables, and chairs, along with blue or black table linens, to be delivered and installed at designated concrete locations within the air show venue from April 23-26, 2026. This opportunity is crucial for ensuring a well-organized and visually cohesive event, and it is open to small businesses, including various subsets such as Small Disadvantaged Businesses and Service-Disabled Veteran-Owned Small Businesses. Interested vendors must submit their responses, including company details and a capabilities package, via email by January 15, 2026, at 1:00 PM Pacific Time to the designated contacts, SSgt Alexander Love Gaunt and A1C Shepard Hicks.
    142nd HHB Yellow Ribbon
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is seeking qualified vendors to provide catering and lodging services for the 142nd HHB Yellow Ribbon event scheduled for February 8, 2026, in Fort Smith, Arkansas. The procurement includes the provision of 30 lodging rooms for the night prior to the event, breakfast for guests, and a buffet-style lunch for approximately 450 attendees, along with necessary meeting spaces and AV equipment. This event is part of the Yellow Ribbon Reintegration Program, which supports service members and their families during pre-deployment activities. Interested vendors must submit their quotes by January 19, 2026, and can direct inquiries to Leonard Roberson at leonard.d.roberson.civ@army.mil or by phone at 520-708-4436. The contract will be awarded based on best value, considering price and other factors, with a firm-fixed price purchase order anticipated.
    DFAC Service, Camp Murray, WA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses from qualified vendors for Weekend Dining Facility Services at Camp Murray, Washington. The anticipated requirement includes providing lunch meals for three consecutive days each month, encompassing setup, preparation, cooking, and cleanup, all in compliance with DoD and Air Force nutritional standards. This service is crucial for maintaining the dietary needs of personnel at the 194th Wing, Washington Air National Guard, with food supplied by the 194th Wing Force Support Squadron. Interested parties must submit their responses, including company information and capabilities, by January 30, 2026, at 4:00 PM, to the 194th Contracting Office via email at 194.wg.fal.msc.contracting@us.af.mil. This opportunity is set aside for small businesses under the SBA guidelines.
    USACE SPK DBB Construction - Englebright Dam and Lake HQ Building and Maintenance Shop ?Smartsville, California.
    Dept Of Defense
    The Department of Defense, through the United States Army Corps of Engineers (USACE) Sacramento District, is seeking contractors for a Design-Bid-Build (DBB) construction project to build a new Headquarters building and maintenance shop at H.L. Englebright Dam and Lake in Smartsville, California. The project entails constructing a single-story, 5,000 square-foot HQ building and a 4,200 square-foot maintenance shop, including various facilities such as offices, work areas, and storage, as well as the demolition of existing structures and associated site improvements. The estimated construction cost ranges from $10 million to $25 million, with a contract award anticipated by March 2026 and a completion timeframe of 720 calendar days from the Notice to Proceed. Interested contractors should contact Antonina Beal at antonina.beal@usace.army.mil or Rachel L. Kinney at Rachel.Kinney@usace.army.mil for further details and ensure registration in the PIEE and SAM systems prior to bid submission.
    VENUE FOR THE STMA ANNIVERSARY WEEK
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Manila, is seeking proposals for a venue to host the STMA Anniversary Week, with the solicitation expected to be issued around the third week of June 2025. This procurement involves a firm-fixed price contract for lodging services, emphasizing the importance of providing a suitable venue for this significant event. All responsible sources are encouraged to submit quotations, and the government may award the contract based on initial offers without further discussion. Interested contractors must be registered in the System for Award Management (SAM) prior to proposal submission and can direct inquiries to Kristine Grace C. Alcantara or Michael Warren at ManilaContracting@state.gov.
    Resident Office Upgrades for MOTCO, Concord, CA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is soliciting proposals for resident office upgrades at the MOTCO facility located in Concord, California. The project involves commercial and institutional building construction, focusing on the repair or alteration of office buildings, and is set aside for Small Disadvantaged Businesses (SDB). This procurement is critical for enhancing the operational capabilities of the office, ensuring a functional and efficient workspace for personnel. Interested contractors can reach out to Jessica Padilla at jessica.padilla@usace.army.mil or by phone at 916-557-6783 for further details, while Jennifer Wheelis is also available at Jennifer.l.wheelis@usace.army.mil. Amendments to the solicitation have been issued, and potential bidders are encouraged to review these updates for comprehensive requirements.
    Sacramento River Erosion Contract 3
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the Sacramento River Erosion Contract 3, aimed at addressing erosion issues along the Sacramento River East Levee. This contract falls under the NAICS code 237990, which pertains to Other Heavy and Civil Engineering Construction, and involves the construction of tunnels and subsurface structures. The bid opening time has been updated to 2:00 PM Pacific Time, and interested parties are encouraged to review the site visit documents previously posted. For further inquiries, potential bidders can contact Julie Maxwell at julie.maxwell@usace.army.mil or Jennifer Wheelis at Jennifer.l.wheelis@usace.army.mil.
    New Hogan Septic Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to issue a Request for Quote (RFQ) for septic pumping services at New Hogan Lake and Dam in California. The contract will cover a base year with four option years, focusing on sewage pumping services for multiple portable chemical toilets and RV dump station holding tanks. This procurement is vital for maintaining sanitation and waste management at the facility, utilizing NAICS Code 562991 for Septic Tank and Related Services, with a size standard of $9 million. The RFQ is anticipated to be released around January 6, 2026, with quotes due by February 10, 2026. Interested vendors should monitor SAM.gov for updates and to self-identify as interested parties, and can contact La Chad Jefferson at lachad.c.jefferson@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil for further inquiries.