256 IBCT POST Deployment Yellow Ribbon Venue
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, specifically the USPFO Activity LA ARNG, is soliciting quotes for a Firm Fixed-Price contract to provide conference space, parking, catering, and dining accommodations for the 256 IBCT Post Deployment Yellow Ribbon Reintegration Program in Lafayette, LA. This event will host approximately 1100 participants on June 6-7, 2026. Quotes are due May 22, 2026, at 1:00 PM.
Scope of Work
The Louisiana National Guard (LANG) Yellow Ribbon Reintegration Program requires non-personal services including:
- Conference and meeting space: General session space for 1100 people, 12 breakout rooms for 105 people each, and 3 operations support rooms. Meeting space availability: Sat, June 6, 1500-1900 CST; Sun, June 7, 0630-1800 CST.
- Catering and dining accommodations: For approximately 1100 participants, with food and beverage to meet GSA local area rates. Specific menu requirements for Sunday lunch (2 proteins, 2 starches, 2 vegetable options, no 'fast food' or 'cold cut'). Meals must meet FDA temperature standards and be delivered on time.
- Parking: For approximately 800 vehicles.
- Audio-Visual Support: Including AV equipment, internet support in general session, and wireless internet throughout the venue. LANG YRRP requires "AV Freedom" to use its own technicians and equipment.
- Exhibitor Area: To accommodate a minimum of 26 tables.
- Other Services: Tables, tablecloths, skirting, pipe and drape upon request, signage for navigation, and compliance with security requirements.
Contract & Timeline
- Type: Firm Fixed-Price Contract (Request for Quotes)
- NAICS Code: 721110 (Hotels (except Casino Hotels) and Motels)
- Set-Aside: Unrestricted
- Published Date: May 14, 2026
- Oral Solicitation Issued: May 15, 2026, 3:30 p.m.
- Quotes Due: May 22, 2026, 1:00 PM (CST/CDT implied by LA location)
- Period of Performance: June 6-7, 2026. Delivery date for all items is on or before June 6, 2026.
Evaluation Factors
Award will be made to the responsible offeror whose quote is most advantageous to the Government, considering price and other factors. The agency will first evaluate price for fairness and reasonableness, then assess the apparent lowest-price quote for acceptability based on the following "Other Factors":
- Vendor Location: Proximity to delivery location (specific mileage not provided).
- Proposed Menu: Adherence to meal request in Needs Statements Exhibit 1.
- Meal Transport Capability: How meals will be transported to maintain FDA temperature standards.
- Health Inspection Report: Copy of State or Local government Health Inspection Report for food service facility, completed within 12 months.
- Past Performance: On other government contracts. Quotes must be acceptable across all five factors. The Government intends to award without discussions but reserves the right to hold them.
Submission Requirements
Offerors must be registered and active in SAM (System for Award Management) with a publicly visible registration. Unique Entity ID (UEI), CAGE Code, and Federal Tax ID numbers must be submitted with the offer. All pricing must be provided; incomplete quotes will not be considered.
Contact Information
- Contract Specialist: Mr. Aaron Johnson, aaron.j.johnson34.civ@army.mil, 504-278-8123
- Contract Officer: Ms. Crystal Stiles, crystal.l.stiles2.civ@army.mil
- Point of Contact for all items (from Solicitation document): CSM Larry Johnson, 318-416-7662