Tents for IDR 2026
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 U.S. Embassy Buenos Aires is soliciting proposals for tents required for the Independence Day Reception (IDR 2026) in Buenos Aires, Argentina. This is an unrestricted firm fixed-price contract, and the Government intends to award based on the lowest priced, acceptable, responsible offer. Quotations are due by April 22, 2026, at 14:00 Argentina local time.
Scope of Work
The requirement involves the provision and installation of various tents and related infrastructure. This includes a main marquee, general access tunnels, VIP entrance tunnels, check-in tents, kitchen support tents, a stage, dance flooring, heating systems, and power generators. Specific requirements mandate fire-retardant fabric, leveling of floors, connections to the main building, emergency exits, and strict adherence to safety and environmental preservation protocols due to the cultural heritage site location (Bosch Palace). Tents need to be ready one week in advance of the event, with a typical lead time for construction of one month.
Contract & Timeline
- Contract Type: Firm Fixed-Price
- Set-Aside: Unrestricted
- Product/Service Code: R706 - Logistics Support Services
- Place of Performance: Buenos Aires, Argentina
- Response Due: April 22, 2026, at 14:00 Argentina local time
- Published Date: April 20, 2026
Submission & Evaluation
Quotations must be submitted electronically to BNS-Procurement@state.gov. Submissions should be in MS-Word, MS-Excel, or Adobe Acrobat (PDF) format. Individual email file sizes must not exceed 30MB; larger submissions should be split into multiple emails. Required documents include SF-1449, Section I (Pricing), Section 5 (Representations and Certifications), additional information as required in Section 3, and proof of System for Award Management (SAM) registration. Evaluation will be based on the lowest priced, acceptable, responsible offer, with the Government reserving the right to reject unreasonably low or high prices.
Additional Notes
All contractors must be registered in SAM prior to submitting an offer. A pre-proposal conference and site visit were conducted, and a pre-construction meeting will be held after contract selection. Offerors must provide evidence of prior experience and business establishment. VAT is not included in CLIN rates and will be priced separately.