The NCO Leadership Center of Excellence SMC Graduation Ceremony Venue
ID: W911SG-25-Q-0023Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT BLISSFORT BLISS, TX, 79916-6812, USA

NAICS

Caterers (722320)

PSC

LEASE/RENTAL OF CONFERENCE SPACE AND FACILITIES (X1AB)
Timeline
    Description

    The Department of Defense, through the Department of the Army, is soliciting proposals for a venue to host the Sergeants Major Course (SMC) Graduation Ceremony at Fort Bliss, Texas. The selected contractor must provide a location that accommodates between 8,000 to 10,000 attendees, including specific seating arrangements for 720 graduates, 300 VIPs, and at least 9,000 family members and guests, along with essential services such as audio-visual support and security personnel. This contract is crucial for the successful execution of the graduation ceremony, emphasizing compliance with safety and quality standards. Proposals are due by February 7, 2025, and interested parties should direct inquiries to Zachariah Fierro at zachariah.fierro.civ@army.mil or Flor Sanchez at flor.f.sanchez.civ@army.mil.

    Files
    Title
    Posted
    This document outlines the amendment to a federal solicitation regarding a contract for the Noncommissioned Officer Center of Excellence (NCOLCoE) to accommodate the Sergeants Major Course Graduation on June 8, 2025. Key changes include adjustments to the period of performance and the solicitation issue date. The contractor is tasked with providing a venue suitable for 8,000 to 10,000 attendees, with specific seating arrangements for graduates, VIPs, and family members. Essential services and equipment requirements include audio-visual support, stage setup, and security personnel. A total of 40 security staff, 30 general laborers, custodians, a medical team, and stagehands will be utilized for operational efficiency. The contract emphasizes quality control, safety compliance, and the contractor's responsibility for all personnel. The document specifies requirements for performance management and quality assurance, ensuring that services meet government standards. A firm-fixed contract type will be awarded, with no government-furnished materials or equipment. Overall, the amendment serves to refine the details of the contract to ensure successful execution of the graduation ceremony while maintaining compliance with various standards and regulations.
    The document pertains to a Request for Proposal (RFP) regarding an upcoming ceremony scheduled to take place at a venue near Fort Bliss. Key details include the opening of doors for guests at 9:00 a.m. Mountain Time, approximately two hours before the event's commencement, following a morning rehearsal. The government has clarified that it will not be providing food or beverages, relying on the selected venue to offer these items for sale. Geographically, contractors are restricted to a 15-mile radius from Fort Bliss, ruling out any proposals from states within an hour's drive. The event date is also confirmed to be fixed with no flexibility for rescheduling. This document serves as a critical guideline for potential contractors, outlining requirements and restrictions associated with the event management and logistics.
    The document outlines a solicitation (W911SG25Q0023) issued by the federal government for an event space to be utilized for the SMC Graduation at the USA SGM Academy. The offer due date is February 7, 2025, with a total awarded amount yet to be determined. Proposed services include providing venue space and associated services in alignment with the performance work statement (PWS), specified for delivery at Fort Bliss, Texas. Various clauses related to federal contracting, including provisions concerning telecommunications, labor standards, and certifications, are incorporated by reference. The solicitation emphasizes the understanding of several business classifications, particularly focusing on opportunities for small businesses, including women-owned and veteran-owned entities, thereby aiming to encourage competition and inclusivity among contractors. Critical requirements for submitting offers, compliance with federal regulations, and the evaluation criteria distinctly highlight the government's objective of obtaining quality services at competitive pricing, reinforcing its commitment to supporting small businesses and maintaining regulatory standards.
    The document, identified by solicitation number W911SG25Q0023, outlines a federal request for proposals (RFP) for an event space and related services for the SMC Graduation at Fort Bliss, Texas. The primary requirement is to provide venue space that meets the standards set in the performance work statement (PWS), with a fixed-price structure. The proposal deadline is set for 12:00 AM on February 7, 2025, and the anticipated contract performance period spans from June 8, 2025. The solicitation includes various clauses and requirements for contractor compliance, including representations regarding small business status, telecommunications equipment, payment procedures, and federal tax obligations. It emphasizes the importance of adhering to federal regulations, particularly regarding telecommunications services. The document's structure includes multiple pages capturing details on the solicitation process, submission requirements, evaluation criteria, and necessary certifications. Overall, this RFP aims to procure the necessary services while ensuring compliance with federal contracting guidelines.
    Lifecycle
    Similar Opportunities
    5BDE JCLC Pharr San Juan Alamo
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the provision of meals, lodging, and related services for the Junior Leadership Challenge (JCLC) Camp at Pharr San Juan Alamo Memorial High School in Texas, scheduled for March 25-29, 2025. The contractor will be responsible for accommodating 195 cadets and 25 cadre members, ensuring quality service delivery that includes climate-controlled lodging, dietary-specific meals, medical services, and recreational facilities. This initiative aims to enhance leadership skills and citizenship training among JROTC participants in a structured military-like environment. Interested vendors, particularly women-owned small businesses, should contact Bryce L. Medley at bryce.l.medley.civ@army.mil or 502-624-3713 for further details regarding the solicitation process.
    Venue Manager
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Venue Manager to support the Michigan National Guard (MING) in exercise venue management and planning for domestic operations and defense exercises. The contractor will be responsible for developing resources, engaging local emergency authorities, and ensuring operational readiness through the Joint Event Life Cycle (JELC), which includes planning meetings and assessments. This procurement is crucial for effective coordination of military and civilian exercises, with a contract period of four months starting April 1, 2025. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals by March 13, 2025, and can direct inquiries to Kelli Kelley at kelli.m.kelley3.civ@army.mil or by phone at 517-481-7852.
    5BDE Red Mountain High School JCLC - DFAC
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide food service support for the Army Junior Cadet Leadership Challenge Exercise (JCLC) scheduled from April 11-14, 2025, at Camp Navajo in Bellemont, Arizona. The contractor will be responsible for preparing and serving meals for 110 cadets and 20 cadre, which includes three breakfasts, one lunch, and three dinners, along with necessary supplies and adherence to quality control measures. This procurement is crucial for ensuring the successful execution of the JCLC event, which plays a significant role in leadership training for young cadets. Interested firms must respond to the Sources Sought Notice by March 13, 2025, providing detailed information about their capabilities and experience, and can contact Ranetta M. DeRamos at ranetta.m.deramos.civ@army.mil or 502-624-8061 for further inquiries.
    JROTC JCLC Moore Muscogee County School District Columbus, Georgia
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract to provide lodging, meals, and facilities for the Junior Reserve Officers' Training Corps (JROTC) Cadet Leadership Challenge (JCLC) at Fort Moore, Georgia, scheduled from May 29 to June 7, 2025. The contract aims to support 481 cadets and 123 cadre members, requiring the contractor to deliver 9,823 meals, separate lodging accommodations, and access to recreational facilities, alongside STEM instruction focused on robotics and drones. This initiative is crucial for fostering leadership skills and teamwork among participants while promoting exposure to STEM careers. Interested parties should contact Brittney Harraway at brittney.k.harraway.civ@army.mil or Richard Torres at richard.j.torres.civ@army.mil for further details, and proposals must adhere to the submission guidelines outlined in the solicitation documents.
    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.
    Solicitation NAFBA1-24-R-0024/Campus Style Dining Venue Concession IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Campus Style Dining Venue Concession IDIQ under solicitation number NAFBA1-24-R-0024. This initiative aims to modernize dining options for Soldiers and their families, enhancing health, welfare, and morale while aligning with the U.S. Army's Holistic Health and Fitness initiatives. The selected vendor will be responsible for financing, designing, constructing, operating, and maintaining the dining venue, with a focus on providing nutritious food options and advanced technologies such as online ordering. Interested parties should contact Leslie M. Perez at leslie.m.perez9.naf@army.mil or (520) 674-2370 for further details, and must submit their proposals by April 4, 2025, at 4:00 PM CDT.
    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.
    SRP Bridge - Magnificus Corporation
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to award a sole-source bridge contract to Magnificus Corporation for personal and non-personal services supporting the Soldier Readiness Program at William Beaumont Army Medical Center in Fort Bliss, Texas. This contract will provide essential healthcare services through 58 full-time equivalent positions, with an estimated total value of $8,303,220, justified under urgency and specific expertise requirements that no other vendors can fulfill within the necessary timeframe. The continuation of these services is critical for maintaining healthcare support for soldiers and civilians, ensuring no disruption while awaiting a long-term follow-on contract. Interested parties can contact Troy Loge at troy.a.loge.civ@health.mil or 915-408-2815 for further information.
    Hephzibah High School JCLC
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide non-personal services for the Junior Cadet Leadership Challenge (JCLC) event at Hephzibah High School in Sylvania, Georgia, scheduled for June 2-6, 2025. The contractor will be responsible for comprehensive support, including lodging, meals, and facilities for 202 cadets and 38 instructors, ensuring compliance with Cadet Command Regulation (CCR) 145-2, and maintaining quality standards as outlined in a Quality Assurance Surveillance Plan (QASP). This procurement is crucial for the effective execution of the JROTC program, facilitating essential training and recreational activities for the cadets. Interested small businesses can contact Amber Goetz at amber.m.goetz.civ@army.mil or 502-624-4014, or Samuel M. Henderson at Samuel.M.Henderson1.civ@army.mil or 502-624-2206 for further details.
    Commencement Video Projection Services
    Buyer not available
    The Uniformed Services University of the Health Sciences (USUHS), part of the Department of Defense, is seeking qualified vendors to provide Commencement Video Projection Services for its ceremony scheduled on May 17, 2025. The procurement aims to secure a firm-fixed price contract under Simplified Acquisition Procedures, specifically set aside for small businesses in the motion picture and video production industry (NAICS code 512110). This service is crucial for ensuring a high-quality video projection and live streaming experience during the commencement event, which underscores the university's commitment to supporting educational ceremonies. Interested vendors must submit their technical and price quotes by March 11, 2025, and ensure they are registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, vendors can contact Shea Foster at shea.foster@usuhs.edu or Emily M. Mashek at emily.mashek@usuhs.edu.