Search Contract Opportunities

Yellow Ribbon Reintegration Program (YRRP) Event - Las Vegas, NV

ID: W911SA25QA121 • Type: Sources Sought

Description

SOURCES SOUGHT NOTICE

THIS IS A Sources Sought Notice ONLY. The Mission and Installation Contracting Command, Fort McCoy, WI is issuing this Sources Sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Yellow Ribbon Reintegration Program (YRRP) Event. The intention is to procure these services on a competitive basis. Be advised that the U.S. Government will not be able to set aside this requirement if two (2) or more small businesses do not respond with information to support the set-aside.

BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made.

Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. We encourage all large and small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.

This notice is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.

The anticipated NAICS code(s) is 721110 Hotels (except Casino Hotels) and Motels with a size standard of $40.0 Million.

The estimated period of performance is: July 15 2025 to July 21, 2025.

Attached is the draft Performance Work Statement (PWS).

The deadline for response to this request is no later than 10:00AM CST, April 18, 2025. All responses under this Sources Sought Notice must be e-mailed to Ms. Leslie Koenig at leslie.a.koenig2.civ@army.mil .

No phone calls will be accepted.

All questions must be submitted to the email address identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.

In response to this sources sought, please provide:

1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. Please note that FAR 52.219-14 Deviation 2021-O0008 will apply if set-aside as small business.

3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. [Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable.]

4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.

6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil , or 520-944-7373, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the sam.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.

Background
The Mission and Installation Contracting Command, Fort McCoy, WI is conducting market research through this Sources Sought Notice to identify parties interested in supporting the Yellow Ribbon Reintegration Program (YRRP) Event. The goal is to procure services competitively, with potential set-asides for small businesses if sufficient responses are received.

Work Details
The contractor will be responsible for various tasks related to the YRRP event, including:
1. Setting up a registration area with tables, chairs, and signage for attendees.
2. Providing necessary supplies such as tables, chairs, water stations, tissues, and a podium.
3. Organizing childcare services with licensed providers for children attending the event, ensuring compliance with safety regulations and appropriate staffing ratios.
4. Delivering audiovisual equipment including screens, speakers, laptops, and microphones as specified in the Performance Work Statement (PWS).
5. Ensuring quality assurance measures are in place to meet contract requirements and standards.

Period of Performance
July 15, 2025 to July 21, 2025.

Place of Performance
Las Vegas, NV

Overview

Response Deadline
April 18, 2025, 11:00 a.m. EDT Past Due
Posted
April 14, 2025, 10:04 a.m. EDT
Set Aside
None
Place of Performance
Las Vegas, NV United States
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
80%
Signs of Shaping
The solicitation is open for 4 days, below average for the MICC Fort McCoy.
On 4/14/25 MICC Fort McCoy issued Sources Sought W911SA25QA121 for Yellow Ribbon Reintegration Program (YRRP) Event - Las Vegas, NV due 4/18/25. The opportunity was issued full & open with NAICS 721110 and PSC V231.
Primary Contact
Name
Leslie A. Koenig   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
MICC Advocate for Competition Scott Kukes Profile scott.d.kukes.civ@army.mil (520) 944-7373

Documents

Posted documents for Sources Sought W911SA25QA121

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought W911SA25QA121

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W911SA25QA121

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W911SA25QA121

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > 419TH CSB
FPDS Organization Code
2100-W911SA
Source Organization Code
500043007
Last Updated
April 14, 2025
Last Updated By
leslie.a.koenig2.civ@army.mil
Archive Date
May 3, 2025