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
  1. 1
    Posted Jan 13, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 31, 2025, 12:00 AM UTC
  3. 3
    Due Feb 7, 2025, 1:00 PM UTC
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
Feb 1, 2025, 12:04 AM UTC
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.
Feb 1, 2025, 12:04 AM UTC
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.
Feb 1, 2025, 12:04 AM UTC
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.
Feb 1, 2025, 12:04 AM UTC
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
Title
Type
Solicitation
Similar Opportunities
Job Order Contract (JOC) at Fort Bliss, Texas
Buyer not available
The Department of Defense, through the Department of the Army, is seeking small businesses to participate in a Job Order Contract (JOC) for construction services at Fort Bliss, Texas. This procurement aims to establish a Firm-Fixed-Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract, with an estimated value of $100 million over a five-year period, to support the management and operation of facilities and infrastructure essential for Army readiness. The contract will encompass a variety of construction and repair tasks, including renovations of administrative buildings and child development centers, with a strong emphasis on safety, quality control, and environmental compliance. Interested small businesses are encouraged to submit their capabilities and experience to the primary contact, Michael B. Aguilar, via email at michael.b.aguilar.civ@army.mil, by the specified deadline for responses.
2025 AAW Tents, Tables, and Chairs
Buyer not available
The Department of Defense, through the Mission and Installation Contracting Command at Fort Bragg, NC, is seeking quotes from small businesses for the rental of tents, tables, and chairs for the 82nd Airborne Division's All American Week 2025. The contractor will be responsible for delivering, setting up, and dismantling approximately 2,600 chairs, multiple tables, and various tent sizes, with all arrangements to be completed by May 16, 2025. This procurement is crucial for supporting military and community events, ensuring adequate facilities for participants and attendees during significant activities. Interested vendors must submit their quotes via email by April 29, 2025, and ensure their proposals remain valid for 60 calendar days post-submission; for further inquiries, contact Souvannly Keel at souvannaly.s.keel.mil@army.mil or SFC Philhwa Kim at philhwa.kim.mil@army.mil.
Laredo ISD JCLC
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors to provide comprehensive support services for the Laredo Independent School District's Junior Cadet Leadership Camp (JCLC) scheduled from May 5 to May 10, 2025. The contractor will be responsible for furnishing lodging accommodations, meals, transportation, medical support, and necessary facilities for approximately 120 cadets, 20 cadre members, and 4 chaperones from various schools. This initiative is part of a broader effort to enhance leadership skills and citizenship training among youth participants, while also promoting opportunities for women-owned small businesses in federal contracting. Interested parties must submit their bids in response to the Request for Quote (RFQ) format, ensuring compliance with all regulatory requirements, including registration in the System for Award Management (SAM), by the specified deadlines. For further inquiries, potential bidders can contact Eric V. Tollefson at eric.v.tollefson.civ@army.mil or Samuel M. Henderson at Samuel.M.Henderson1.civ@mail.mil.
2BDE JROTC Cadet Leadership Challenge (JCLC) BUFFALO
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for a non-personal service contract to support the Junior Cadet Leadership Challenge (JCLC) in Buffalo, New York, scheduled for June 25-28, 2025, with options for three additional years. The contractor will be responsible for providing meals, lodging, and training facilities for approximately 110 cadets and 14 cadre, ensuring the execution of various training activities focused on leadership development and team-building exercises. This contract is crucial for meeting the comprehensive training needs of cadets while adhering to safety and quality standards, with performance evaluations conducted by the government. Interested parties can contact Renete Barnett-Morgan at renete.l.barnett-morgan.civ@army.mil or 502-624-6878 for further details.
6BDE JCLC (JROTC Cadet Leadership Challenge) Polk, 31 May-4June 2025
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting proposals for the Junior Reserve Officers' Training Corps (JROTC) Cadet Leadership Challenge (JCLC) Polk event, scheduled to take place from May 31 to June 4, 2025, in Lakeland, Florida. The contractor will be responsible for providing all necessary personnel, equipment, supplies, facilities, transportation, and non-personal services to support approximately 350 cadets and 50 cadre members, ensuring a structured environment conducive to leadership training and citizenship development. This contract emphasizes the importance of quality control, safety standards, and collaboration in meal planning and scheduling, with a focus on fostering leadership, citizenship, and physical fitness among participants. Interested contractors can reach out to primary contact Renete Barnett-Morgan at renete.l.barnett-morgan.civ@army.mil or by phone at 502-624-6878 for further details.
842nd Beaumont TX Lodging Services
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command – Rock Island, is seeking qualified vendors to provide lodging services for the 842nd Battalion in Beaumont, Texas, as part of the Military Surface Deployment and Distribution Command. The procurement is a 100% Small Business Set-Aside (SBSA) and involves a firm fixed-price Blanket Purchase Agreement (BPA) for accommodations, with a base period from May 16, 2025, to May 15, 2026, and four option periods extending through May 2030. This contract is crucial for ensuring adequate lodging for military personnel, with specific requirements outlined in the Performance Work Statement, including quality standards and security measures. Interested vendors must submit their quotes by April 15, 2025, and direct any questions to Linda Humphrey at linda.d.humphrey.civ@army.mil by April 7, 2025.
Soldier Family Readiness Group (SFRG) Workshop
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the Soldier Family Readiness Group (SFRG) Workshop, aimed at providing support to soldier family members. This solicitation is set aside for small businesses and focuses on services related to family readiness and support, which are crucial for enhancing the well-being of military families. Interested vendors should note that the primary contact for this opportunity is Phillip Chik, who can be reached at phillip.l.chik2.civ@army.mil or by phone at 971-355-4219, while secondary inquiries can be directed to Richard Harvey at richard.a.harvey5.civ@army.mil or 971-355-4217. Further details regarding the proposal submission process and deadlines will be provided in the solicitation documents.
Solicitation NAFBA1-24-R-0024/Campus Style Dining Venue Concession IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army Installation Management Command (IMCOM), is seeking a qualified contractor to establish a Campus Style Dining Venue (CSDV) through a firm-fixed price Indefinite Delivery-Indefinite Quantity (IDIQ) contract. The objective is to finance, design, build, and operate a dining facility at five designated U.S. Army Garrisons, enhancing dining options for Soldiers and their families while promoting health and wellness initiatives. This procurement is crucial for modernizing military dining services, ensuring compliance with Department of Defense nutritional guidelines, and improving overall morale within the military community. Interested contractors should contact Leslie M. Perez at leslie.m.perez9.naf@army.mil or (520) 674-2370, with proposals due by April 4, 2025, at 4:00 PM CDT.
JCLC Panther - Hillsborough Ct Schools
Buyer not available
The Department of Defense, specifically the U.S. Army, is seeking small businesses to provide meals, lodging, training services, and support for the Junior Cadet Leadership Challenge (JCLC) Camp Panther, scheduled from June 9-13, 2025, in Hillsborough County, Florida. The contractor will be responsible for accommodating up to 400 cadets and 70 cadre members, ensuring a safe and engaging environment that promotes leadership skills and citizenship through various recreational activities. Interested small businesses are encouraged to submit their capabilities and relevant experience by May 1, 2025, to the designated contacts, with the total contract value estimated at $9 million. For further inquiries, potential respondents can reach out to Amber Goetz or Samuel M. Henderson via the provided email addresses.
Design-Build Maintenance and Repair Army Reserve (MRAR) of Equipment Concentration Site (ECS), B-56767, at North Cavazos, TX
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a Design-Build project focused on the maintenance and repair of the Equipment Concentration Site (ECS), B-56767, located at North Fort Cavazos, Texas. The project entails significant renovations to an existing facility, including upgrades to HVAC and electrical systems, compliance enhancements, and the construction of additional space to improve functionality and accessibility. This initiative is crucial for maintaining operational readiness and ensuring that the facility meets Department of Defense standards, with a contract value estimated between $10 million and $25 million. Interested small businesses must submit their qualifications by the specified deadlines, and inquiries can be directed to Bonny Dylewski at bonny.c.dylewski@usace.army.mil.