Domestic Operations Venue Manager Support Services
ID: W912JB-25-P-A071Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NF USPFO ACTIVITY MI ARNGLANSING, MI, 48906-2934, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals for Domestic Operations Venue Manager Support Services under a combined synopsis/solicitation notice. The contract, designated as W912JB-25-Q-A071, aims to provide personnel, equipment, and operational oversight for domestic operations, aligning with national training requirements, and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This contract will be structured as a firm-fixed price with a base year and four option years, commencing in August 2025, and requires detailed proposals that meet federal guidelines, including compliance with SAM registration and FAR clauses. Interested parties must submit their quotes by July 23, 2025, and should direct inquiries to Kelli Kelley at kelli.m.kelley3.civ@army.mil or by phone at 517-481-7852. Note that funding for this acquisition is contingent upon future appropriated funds.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for the Michigan National Guard (MING) Domestic Operations Venue Manager contract. The contractor is responsible for providing personnel, equipment, and expertise for exercise management, planning, and execution related to the annual domestic operation exercises. Key objectives include developing scenarios, coordinating events, and ensuring effective resource management. MING conducts various exercises focusing on the readiness of National Guard forces to support civil authorities during crises. The contract includes a base period of 12 months with four additional option years, requiring in-person participation in planning meetings and exercises. The contractor must adhere to quality control and assurance protocols, ensuring compliance with security and access requirements. Special qualifications are necessary, including five years of relevant experience in exercise support and familiarity with emergency management frameworks. Overall, the document emphasizes the collaborative effort between the contractor and MING in enhancing exercise readiness and situational training while maintaining high standards of performance and security compliance.
    The document outlines the wage determination provisions under the U.S. Department of Labor’s Service Contract Act (SCA). It specifies wage rates for various occupations in Michigan, with a focus on both minimum wage requirements and applicable fringe benefits for federal contractors. For contracts awarded after January 30, 2022, the minimum wage rate is set at $17.75 per hour, in compliance with Executive Order 14026. Occupations are categorized into multiple codes, each with corresponding wage rates, and fringe benefits are mandated, including health and welfare contributions. It details requirements for contractors regarding paid sick leave, vacation, and holiday pay. The document offers guidelines for classifying jobs that are not explicitly mentioned, emphasizing a conformance process for any unlisted classifications. It underscores the importance of compliance for federal contractors in ensuring fair wages and benefits for workers, while also addressing protections for various job functions. This wage determination serves as a critical framework within government RFPs and contracting processes, aiming for equitable labor standards in federal contracts.
    This document is the Wage Determination No. 2015-4857 under the Service Contract Act (SCA), provided by the U.S. Department of Labor. It outlines wage rates and benefits for various occupations in Michigan's Eaton and Ingham counties for federal contracts. Contracts awarded after January 30, 2022, must pay workers at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour, unless a higher rate is specified. The document lists detailed occupation codes and corresponding hourly wages, as well as benefits such as health and welfare payments, vacation, and holidays. Contractors are also mandated to comply with paid sick leave under Executive Order 13706. Additionally, it discusses the process for classifying any unlisted occupations under the wage determination guidelines. The document serves as a reference for ensuring that federal contracts adhere to wage and labor standards, ensuring fair pay and benefits for workers assigned to service contracts.
    The "Register of Wage Determinations" from the U.S. Department of Labor outlines wage rates and provisions for federal contracts under the Service Contract Act (SCA) applicable in Kalamazoo, Michigan. The document specifies that contracts awarded after January 30, 2022, must provide a minimum wage of at least $17.75 per hour. Contracts from January 2015 through January 29, 2022, require a minimum wage of $13.30 per hour if not renewed after January 2022. Various occupations are listed with corresponding wage rates, highlighting specific fringe benefits such as health and welfare, vacation, and holiday entitlements. The file also emphasizes the importance of providing paid sick leave in accordance with Executive Order 13706. Sections detail the classifications of occupations, conformance processes for unlisted job types, and additional information on wage differentials subject to hazardous duties. This document serves as a guide for contractors to ensure compliance with federal regulations regarding wages and benefits, aiming to protect workers while fulfilling government contracts.
    The document lacks substantive content, instead displaying an error message indicating issues with the PDF viewer, specifically the inability to display the file's contents. It advises users to upgrade to the latest version of Adobe Reader for proper access. The document, therefore, does not provide any information on federal government RFPs, federal grants, or state and local RFPs, making it impossible to analyze or summarize any main topics, key ideas, or supporting details effectively. Consequently, no critical examination of the original intended content can be performed due to the absence of relevant data.
    The document is a Request for Quote (RFQ) for Domestic Operations Venue Manager Support Services, designated as W912JB-25-Q-A071. It is aimed at 100% Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a primary service description involving provision of personnel, equipment, and operational oversight for domestic operations in alignment with national training requirements. The contract will have a firm-fixed price structure with one base year and four option years, extending from August 2025. The total proposed price is to be submitted by July 23, 2025. Quotes will be evaluated based on technical capability, price, and past performance, seeking the lowest priced technically acceptable offer. Highlighting essential regulations, the solicitation requires all submissions to comply with federal guidelines, including SAM registration and specific FAR clauses. However, no funds are currently available for this acquisition, and the Government's obligation depends on future appropriated funding. Overall, the RFQ emphasizes the necessity for detailed proposals that can meet government standards while benefitting veteran-owned businesses.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Custodial Services for MO024
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services for the MO024 facility at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform janitorial services as outlined in the Performance Work Statement (PWS), with the exception of government-furnished items. This procurement is crucial for maintaining cleanliness and hygiene standards within the facility, ensuring a safe and functional environment. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or call 502-898-5535 for further details, with the contract period starting on January 1, 2026, and extending through four optional 12-month periods.
    SOF Global Services Delivery Request for Proposal (DRAFT)
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking proposals for the Special Operations Forces Global Services Delivery (SOFGSD) contract, which is a Total Small Business Set-Aside opportunity. This procurement aims to secure administrative management and general management consulting services to support USSOCOM's global missions and enterprise needs, with a focus on providing subject matter expertise and knowledge-based services. The contract will be awarded as multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a requirement for offerors to possess a Top Secret Facility Clearance and to meet specific cybersecurity standards as outlined in the recent DFARS rule. Interested parties should direct inquiries to the primary contact, Sherri Ashby, at sherri.ashby@socom.mil, and note that the final Request for Proposal (RFP) is anticipated to be released in Q2 FY26, following additional drafts and industry engagement sessions.
    W912L725RA007 SMYRNA DFAC SOLICITATION 2026-2031
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for dining facility services at the Smyrna Training Site for the Tennessee National Guard, under solicitation number W912L725RA007. The contract, which is a total small business set-aside, requires the contractor to provide comprehensive food services, including meal preparation, serving, and management, while adhering to strict sanitation and security standards. This five-year firm-fixed-price contract includes a one-year base period and four optional one-year extensions, with services expected to commence in February 2026. Proposals are due by December 22, 2025, at 11:00 AM CST, and interested parties should direct inquiries to Rhonda Lien at rhonda.m.lien.civ@army.mil.
    ACO-P Cyber School course
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the ACO-P Cyber School course at Fort Gordon, Georgia, aimed at providing instructional support services for the U.S. Army Cyber School. This contract, designated as W9124926RA003, seeks Women-Owned Small Businesses (WOSB) to deliver Advanced Cyber Operations-Procedures (ACO-P) Labor, with a base period from February 16, 2026, to February 15, 2027, and two additional one-year option periods. The services are critical for enhancing the training capabilities of 17-series personnel in the cyber career field, ensuring they are equipped to address evolving cyber threats. Interested parties must submit their proposals to Mr. Joseph Guss by email by the closing date specified on SF 1449, with all proposals remaining valid for 180 days. For further inquiries, contact Mr. Guss at joseph.e.guss2.civ@army.mil or Ms. Tia Harris at tia.j.harris.civ@army.mil.
    ARMY OPEN SOLICITATION (AOS)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG), has issued the Army Open Solicitation (AOS) W9128Z-25-S-A002, an ongoing opportunity aimed at acquiring innovative commercial solutions and research and development capabilities to enhance Army mission areas. This solicitation encourages submissions that address Active Capability Gaps (ACGs) and allows for responses to specific Calls for Solutions, facilitating the rapid adoption of advanced technologies and the growth of the industrial base. Interested vendors must have a Unique Entity ID (UEI) and be registered in SAM, with awards contingent on funding availability; the solicitation remains open indefinitely, while individual Calls for Solutions will have specific deadlines. For further inquiries, interested parties can contact Kristin Height or Robin Delossantos at usarmy.apg.acc.mbx.army-open-solicitation@army.mil.
    Industry Day FY25-30 Small Unmanned Aircraft System (sUAS) Blanket Purchase Agreement (BPA)
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is hosting an Industry Day in February 2026 to engage small business vendors for a Blanket Purchase Agreement (BPA) focused on Small Unmanned Aircraft Systems (sUAS). The procurement aims to acquire sUAS compliant with the Blue UAS Cleared or Select Lists, along with repair parts, sustainment support, and technical expertise for these systems. This initiative is crucial for enhancing the operational capabilities of the military through advanced drone technology. Interested vendors must respond with company information and authorization documentation, and participation requires two forms of government-issued identification. For further inquiries, vendors can contact Justin C. Gould at justin.c.gould5.mil@army.mil or Nataly Johnson at nataly.l.johnson.mil@army.mil.
    Vehicles Parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for an Indefinite Quantity Contract for various vehicle parts, specifically under solicitation number SPE7LX25R0078. The contract aims to provide DLA Direct replenishment coverage in support of military depots, with a base period of three years and two optional one-year extensions, totaling a potential five-year duration. The procurement includes multiple National Stock Numbers (NSNs) for parts kits and components essential for military vehicle maintenance, emphasizing the importance of these supplies for operational readiness. Interested small businesses are encouraged to participate, with a minimum annual small business participation requirement of 3% of the total contract value, and should contact Matthew Stein at Matthew.Stein@dla.mil or (445) 737-2692 for further details. The solicitation will be available online starting December 22, 2025.
    ACC APG INSTALLATION & TECHNOLOGY DIVISION FY2026 COMPETITIVE/FAIR OPPORTUNITY UPDATES
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command-Aberdeen Proving Grounds (ACC-APG), is providing updates on upcoming competitive contracting opportunities for fiscal year 2026. These opportunities include a recompete for the US Army Garrison Post-Wide Minor Construction, estimated at $100M-$110M, and set aside for multiple award IDIQ contracts, with an anticipated award in the first quarter of FY 2026. Additionally, there are opportunities for Forestry Management Support Services and Facility Management Support, each valued between $12M-$15M, both designated as 8(a) Small Business Set-Asides with single award IDIQ contracts, expected to be awarded in the second quarter of FY 2026 and at a later date, respectively. Interested vendors are encouraged to submit questions via email to the designated Contracting Officer, with updates and responses to inquiries to be posted regularly. All information is subject to change, and no formal proposals should be submitted at this time.
    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.
    Master Breacher Range Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Master Breacher Range Support contract at Fort Benning, Georgia. This procurement aims to provide materials and labor for the Regimental Master Breacher Course (RMBC), which includes responsibilities such as constructing and cleaning targets, procuring materials, and ensuring compliance with safety and environmental regulations. The contract is significant for enhancing demolition training for the 75th Ranger Regiment and is set aside for small businesses, with a total award amount of $45 million. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should direct inquiries to SSG Dwayne Phelps or Rafael Alamedapabon via the provided email addresses.