Unfunded Lodging in Key West
ID: W50S9B25Q0007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N5 USPFO ACTIVITY VAANG 192LANGLEY AFB, VA, 23665-2207, USA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL (V231)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Virginia Air National Guard (VaANG), is seeking quotations for unfunded lodging accommodations in Key West, Florida, for authorized personnel from April 20 to April 26, 2025. The procurement requires entire houses or hotel rooms that meet specific criteria, including no shared spaces, kitchen facilities, and compliance with Department of Defense lodging standards, ensuring safety and security for personnel. This contract is crucial for supporting the mission of the VaANG, with a total small business set-aside and a submission deadline of March 27, 2025, at 3:00 PM EST. Interested vendors can contact Desiree Santos at desiree.santos.2@us.af.mil or by phone at 757-764-7600 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines lodging arrangements for a government entity, specifically detailing accommodations available at various hotels and houses near NAS Key West, FL, for an upcoming event from April 20-26. It enumerates rental options, including the number of nights, required bedrooms and beds, and indicates a total cost of $0.00, suggesting these are preliminary estimates or placeholders. Preferences for Navy lodging are emphasized where available, with contingencies for hotel accommodations if necessary. The structure provides a clear breakdown of dates, lodging types, and requirements, ensuring that all potential lodging scenarios are considered for a group, ranging from 1 to 15 individuals, depending on specific needs. The document reflects an organized approach to planning accommodations for government travel, adhering to budgetary constraints while prioritizing military lodging options.
    The document W50S9B25Q0007 outlines the clauses and requirements associated with a federal government proposal, focusing on compliance with various regulations and guidelines for contractors. It includes clauses related to the compensation of former Department of Defense (DoD) officials, whistleblower rights, and telecommunications equipment restrictions. The clauses also highlight specific prohibitions on business operations with the Maduro regime and procurements from the Xinjiang Uyghur Autonomous Region. Furthermore, the document emphasizes the necessity for electronic submission of payment requests and receiving reports, as well as unique item identification for items delivered to the DoD, which aids in accountability and traceability. The structure of the document encompasses sections detailing general requirements, specific clauses utilized in contract management, and provisions for small business considerations. Overall, this document serves as a comprehensive guide for contractors outlining their obligations and the regulatory environment within which they must operate to successfully fulfill government contracts while ensuring compliance with federal laws and policies.
    The document serves as a combined synopsis and solicitation for commercial services, specifically a Request for Quotation (RFQ) numbered W50S9B-25-Q-0007, issued by the Virginia Air National Guard. It is aimed exclusively at small businesses, with a size standard of $40 million, under NAICS Code 721110. The RFQ seeks rental hotels and homes in Key West, with responses due by March 27, 2025. Interested vendors must submit their quotes electronically, adhering to strict guidelines regarding format and completeness, or risk being deemed non-responsive. The evaluation will prioritize quotes based on price, though discussions may occur if only one offer is received. The document also outlines procedures for protests against awards, emphasizing a resolution goal of 35 days. Protests can be filed with the Contracting Officer or National Guard Bureau, adhering to specified timelines. This solicitation illustrates the National Guard's commitment to engaging small businesses for specific service needs through structured and transparent procurement processes.
    The document is a combined synopsis and solicitation for commercial services by the Virginia Air National Guard, issued as a Request for Quotation (RFQ) under solicitation number W50S9B-25-Q-0007. It seeks quotations for rental hotels and homes in Key West, adhering to a Statement of Objectives included in an attachment. The solicitation is set aside exclusively for small businesses with a size standard of $40 million. Key details include a submission deadline of March 27, 2025, and a requirement for detailed pricing information, existing lodging star ratings, and specific accommodations (single rooms only). The document underscores that award decisions will prioritize price, and may be made without discussions. Furthermore, it outlines the process for potential protests through the National Guard Agency Protest Program, promoting resolution before escalation to higher authorities. This RFQ reflects standard federal procurement practices, emphasizing transparency and competitiveness while ensuring compliance with applicable regulations.
    The document outlines responses to inquiries regarding federal contracts for housing accommodations in Key West, Savannah, and St. Croix. Key points include that payments will be on a Net 30 basis, requiring invoicing through Wide Area Work Flow. It clarifies that if housing is unavailable, proposals for hotel accommodations are accepted, but shared spaces are not permitted. Each area has specific documentation detailing the number of housing units needed and contract durations. The contracts are fully set aside for small businesses, and while there are no upfront payments, offers must comply with DoD Standards. Furthermore, the solicitation is new, with no current incumbents, and third-party submissions are allowed. The overall purpose of the document is to facilitate clear communication and ensure compliance among vendors in the bidding process for government housing contracts.
    The Virginia Air National Guard (VaANG) seeks lodging solutions, specifically houses and hotel rooms, for authorized personnel between April 20 and April 26, 2025, near Naval Air Station Key West, Florida. The specified accommodations should include entire houses or apartments with a kitchen, away from shared living spaces. Meeting security and safety standards is crucial, with requirements stipulating secure locking mechanisms and low-crime locations. The facilities must adhere to Department of Defense Lodging Adequacy standards and have a quality rating between three to four stars. The contract includes a provision for open communication between the contractor and the government during business hours, with a clear cancellation policy. Additionally, the contractor is required to ensure compliance with a zero-tolerance policy against human trafficking. The overarching purpose of the document is to deliver clear guidelines and requirements for lodging services necessary to support the mission of the Virginia Air National Guard while ensuring the safety and integrity of personnel.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide non-personal commercial lodging accommodations within a 30-mile radius of Homestead Air Reserve Base (ARB), Florida. This procurement involves establishing multiple Blanket Purchase Agreements (BPAs) for single and double occupancy hotel rooms during training periods, with a focus on maintaining high-quality living conditions and compliance with specified standards. The awarded BPAs will have a performance period of up to five years, with a minimum order value of $1.00, and must adhere to General Services Administration (GSA) Per Diem rates. Interested contractors must submit a capability statement to Contract Specialist Tahj Guilford at Tahj.Guilford.2@us.af.mil by January 7, 2029, at 4:00 PM EST, to be considered for this opportunity.
    Kittery/Portsmouth Lodging_Rev1
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting bids for lodging services in Kittery, Maine, specifically to secure 50 double-occupancy rooms nightly for 135 nights from February 1 to June 15, 2026. The contract, which is set aside for small businesses, requires that the lodging facilities be located within ten miles of the shipyard and meet specific room and service standards, including safety compliance and amenities such as weekly maid service and on-site laundry. This procurement is crucial for accommodating sailors during their assignments, ensuring they have safe and comfortable lodging. Interested vendors must submit their quotes by December 20, 2025, at 5:00 PM EST, and can direct inquiries to Alyssa Cress at alyssa.a.cress.civ@us.navy.mil or by phone at 207-994-0740.
    665th SMC Lodging
    Dept Of Defense
    The Department of Defense, specifically the South Dakota Army National Guard, is seeking commercial lodging services for an upcoming event in Mitchell, SD, scheduled from November 13 to November 15, 2025. The requirement includes providing a total of 153 rooms, with an estimated 51 rooms needed per night for the duration of the stay. This procurement is categorized as a total small business set-aside under FAR Part 19.5, and the contract will be awarded as a Firm Fixed Price, contingent upon the availability of fiscal year 2026 funds. Interested vendors can reach out to Andrew Kennedy at andrew.j.kennedy16.civ@army.mil or by phone at 605-737-6731 for further details, with the solicitation expected to be posted within a week of this presolicitation notice.
    2026 Winter Attache Tour Transportation Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for transportation services to support the Winter 2026 Air Attaché Tour, scheduled from January 10 to January 12, 2026, in Miami, Florida. The procurement is a total small business set-aside under NAICS code 485510 (Charter Bus Industry), requiring the contractor to provide ground transportation for 50 attendees, including distinguished visitors, with specific vehicle requirements for group and individual movements. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation process, with a total award amount of $19,000,000. Interested parties must submit their quotes by December 19, 2025, at 10:00 AM EST, and direct any inquiries to the Contracting Officer, Ms. Danielle Sookhai, or the Contract Specialist, Ms. Maia Warren, by December 15, 2025.
    V231--BPA for: WRJ VAMC Lodging
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for lodging services for veterans at the White River Junction Healthcare System in Vermont. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring lodging facilities to be located within 1.2 miles of the VA Medical Center, offering double occupancy, ADA compliance, and pet-friendly accommodations, with services available 24/7. The contract will cover a base year and four option years, running from January 19, 2026, to January 18, 2031, with evaluation criteria based on price, technical capabilities, and past performance. Interested vendors must submit their quotes by January 9, 2026, at 12:00 PM EST, and should contact Contract Specialist Paula Doerfler at Paula.Doerfler@va.gov for further inquiries.
    Commercial Lodging BPA - Peterson SFB
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified small businesses to provide commercial lodging services under a Blanket Purchase Agreement (BPA) for personnel stationed at Peterson Space Force Base in Colorado. The contractor will be responsible for supplying single and double occupancy hotel or motel rooms within ten miles of the base, ensuring compliance with specified performance standards, including security, cleanliness, and accessibility. This procurement is vital for accommodating military personnel, particularly Air Reserve Airmen, during their assignments, with the BPA set to remain open for responses until November 25, 2029. Interested vendors should contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details.
    COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO
    Dept Of Defense
    The Department of Defense is seeking non-personal lodging services within a ten-mile radius from Peterson Air Force Base in Colorado. This requirement is set-aside for Small Businesses (SB) only and aims to award multiple Blanket Purchase Agreements (BPAs) for commercial lodging services. The lodging services should be able to meet the requirements defined in the Statement of Work (SOW), including the ability to block off rooms for reservation within the approved GSA Per Diem Rates that are Tax Exempt. The awarded BPAs will have a five-year period of performance with a minimum order value of $1.00 up to a ceiling of $500,000.00. Contractors interested in this opportunity should submit a capability statement demonstrating their aptitude and capability to meet all the requirements. The capability statement should include the contractor's name, physical address, point of contact information, verification of SAM Registration and/or DUNs/Cage Numbers, and a small business identification and size capability statement. The awarded BPAs will incorporate all the terms and conditions defined in the solicitation. This opportunity will be open for five years to allow for additional contractors/companies to be considered for award of a BPA. Interested contractors should submit their capability statement to the Contract Specialist and Contracting Officer listed in the document.
    Government Owned, Contractor Operated (GOCO) Naval Air Station (NAS) Key West, FL Fuel Services
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking qualified small businesses to provide Contractor-Operated fuel storage and management services at Naval Air Station (NAS) Key West, Florida. The procurement involves the operation and maintenance of fuel facilities, including aircraft and ship aviation fuel services, ensuring safety, quality control, and environmental compliance. This opportunity is significant as it supports military operations by managing critical fuel resources, with a firm-fixed price contract anticipated to begin around January 1, 2026, featuring a four-year base period and additional options. Interested firms must demonstrate their capabilities and past performance, with responses due via email to designated contacts within DLA Energy, following the publication of the solicitation expected within the next 60 days.
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of services including immediate repairs, annual inspections, and additional maintenance and repair tasks as outlined in the Performance Work Statement dated December 9, 2025. This contract is a total small business set-aside, emphasizing the importance of competitive pricing and past performance in the evaluation process, with a firm-fixed price purchase order to be awarded based on the best value to the government. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil.
    Cocoa HS JCLC Valor
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking small businesses capable of providing meals, lodging, and facilities for the JROTC Cadet Leadership Challenge (JCLC) Valor 2026, scheduled from March 19-23, 2026, in Titusville, Florida. The procurement aims to support approximately 250 cadets and 50 cadre from 14 high schools, requiring services such as meal preparation, lodging, transportation, and access to specific training facilities. This opportunity is significant for small businesses in the recreational and vacation camps sector, with a total funding ceiling of $9 million, and is set aside for small business participation, contingent upon receiving responses from at least two qualified small businesses. Interested parties must submit their capabilities and relevant information to the designated contacts by December 16, 2025, at 11:00 a.m. ET.