Berthing Port Clinton
ID: 70Z08425Q93300001Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDDOL-9NORFOLK, VA, 23510, 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 Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for temporary lodging services for personnel at Port Security Unit 309 in Port Clinton, Ohio, for a total of 36 nights between April 2025 and March 2026. The contract requires the provision of 1,365 double occupancy rooms across specified dates, with accommodations located within 15 miles of the unit, ensuring compliance with safety regulations and a minimum AAA rating. This initiative is crucial for providing organized and quality lodging for military personnel while adhering to government procurement procedures, with the contract structured as a Firm Fixed Price Purchase Order. Interested parties, particularly small businesses, are encouraged to reach out to Elizabeth Tam-Hurley at elizabeth.h.tam-hurley@uscg.mil or by phone at 206-815-3611 for further details and to ensure compliance with submission guidelines.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Women-Owned Small Business (WOSB) solicitation for contracts related to commercial products and services. It outlines key information required for submitting offers, including requisition numbers, contact details, offer due dates, and payment terms. The solicitation is associated with a project under the U.S. Coast Guard, with a focus on delivering local economy berthing services between April 2025 and March 2026, structured as a firm fixed-price contract. Additionally, it includes specific codes and classifications, indicating set-asides for economically disadvantaged and women-owned small businesses. The document specifies requirements for compliance with Federal Acquisition Regulations (FAR) and mandates that contractors sign and return copies to the issuing office. There are no documented contract clauses or additional references that need to be considered. The core purpose is to encourage participation from WOSBs in government contracting opportunities and ensure proper procurement procedures are followed for the specified services.
    The U.S. Coast Guard seeks proposals for temporary lodging for personnel at the Port Security Unit 309 in Port Clinton, OH, for a total of 36 nights spanning from April 2025 to March 2026. They require 1,365 double occupancy rooms across various specified dates, with specific numbers per night. The lodging must be within 15 miles of the location, non-smoking, and housed in a single hotel or at two approved facilities meeting set standards, including a minimum AAA rating and compliance with safety regulations. The contract will be a Firm Fixed Price Purchase Order, with payments handled via Electronic Funds Transfer. The Coast Guard is exempt from various taxes and will only pay for specified lodging charges, explicitly excluding services like phone use, internet, or room service. Contractors must ensure proper invoicing under designated guidelines. This initiative underscores the need for organized and quality accommodations for military personnel while adhering to Government procurement procedures.
    The document consists of corrupted data and unreadable text, making it difficult to extract coherent information or comprehend its intended purpose. However, based on a generalized understanding of government requests for proposals (RFPs), grants, and contracts, the document may relate to federal or state funding opportunities for various projects. Typically, such documents outline eligibility requirements, application processes, project objectives, and funding allocation criteria for potential contractors or grantees. They serve as official communications aimed at soliciting qualified responses from businesses, organizations, or individuals interested in participating in government-sponsored initiatives. The significance of these documents lies in their ability to foster transparency in government spending and improve public-private partnerships by encouraging competitive bidding and innovation. Unfortunately, due to the corruption in the text, specific details pertaining to the projects or initiatives referenced remain unclear, preventing a thorough analysis or summary of key insights.
    Lifecycle
    Title
    Type
    Berthing Port Clinton
    Currently viewing
    Solicitation
    Similar Opportunities
    D13 Lodging accommodation reservations for reservists with US Coast Guard
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure temporary lodging accommodation services for reservists undergoing inactive duty training across Washington, Oregon, Idaho, and Montana. The contract aims to provide high-quality lodging that meets specific requirements, including non-smoking accommodations, appropriate room assignments based on rank, and proximity to U.S. Coast Guard units, ideally within five miles. This initiative is crucial for ensuring the operational readiness and safety of Coast Guard personnel, reflecting the government's commitment to resource allocation in support of its mission. Interested contractors can reach out to Christopher U. Columbres at christopher.u.columbres@uscg.mil or Jonny Ochoa at jonny.a.ochoa@uscg.mil for further details, with a base contract term of one year and four possible extensions, requiring approximately 53 rooms monthly at daily rates ranging from $107 to $248.
    Off Center Lodging April 2025 - September 2025
    Buyer not available
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking lodging services for students attending training in Glynco, Georgia, from April 1, 2025, to September 30, 2025. This opportunity is exclusively set aside for small businesses located within a 40-mile radius of FLETC and anticipates multiple firm fixed price awards for an estimated 2,754 lodging rooms, emphasizing compliance with security, safety, and cleanliness standards. The selected contractor will be responsible for managing guest complaints, ensuring privacy protocols for students, and maintaining operational standards, all while adhering to federal contracting requirements. Interested parties must submit a detailed Hotel Services and Prices form by March 17, 2025, and can contact Erin Johnson at erin.johnson@fletc.dhs.gov or 912-267-3297 for further information.
    Recapitalize Family Housing, Station Portage, U. S. Coast Guard Station Portage, Dollar Bay, MI
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors for the recapitalization of family housing at Station Portage in Dollar Bay, Michigan. The project involves the design and construction of seven new housing units, including four three-bedroom and three four-bedroom units, along with infrastructure improvements such as upgraded utilities, a playground, and a storage building. This initiative is crucial for enhancing living conditions for military families and aligns with federal standards for construction and environmental compliance. The total estimated funding for this project is approximately $8 million, with a contract performance period of 980 calendar days. Interested contractors must submit their proposals by March 19, 2025, and can direct inquiries to Clifford L. Hedgspeth Jr. at Clifford.L.Hedgspeth@uscg.mil or Sharan A. Lind at Sharan.A.Lind@uscg.mil.
    Groton Lodging
    Buyer not available
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking qualified lodging providers for the Groton Lodging project, aimed at accommodating personnel at Submarine Base New London in Groton, Connecticut. The contract requires lodging facilities to meet specific standards, including a minimum unit size of 400 square feet, sanitary living conditions, secure access, and compliance with fire safety regulations, while also providing essential amenities such as high-speed internet and monthly housekeeping services. This procurement is critical for ensuring safe and comfortable accommodations for military personnel during their assignments, with all offered units subject to site inspections and rates not exceeding government per diem limits. Interested parties should contact Alyssa Cress at alyssa.a.cress.civ@us.navy.mil or call 207-994-0740 for further details.
    Ready Crew Berthing Linen Service
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for a Ready Crew Berthing Linen Service at the Air Station in Elizabeth City, North Carolina. The contractor will be responsible for laundering Coast Guard-owned linens on a flexible weekly schedule, including pickup and delivery, with an estimated weekly cleaning of around 15 bags of linens. This service is crucial for maintaining hygiene and operational readiness within military facilities. The contract is set for one year, from March 31, 2025, to March 31, 2026, and is exclusively reserved for small businesses under NAICS code 812320. Interested contractors must hold an active vendor record at SAM.gov and are encouraged to submit questions in writing by the specified deadline. For further inquiries, contact SK1 Luis R. Perez at luis.r.perez1@uscg.mil or call 206-820-1625.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Buyer not available
    The Department of Homeland Security's U.S. Coast Guard is seeking small businesses to participate in the Regional Multiple Award Construction Contract (RMACC III), which aims to provide general construction services across various locations, including the continental United States, Puerto Rico, Guam, and the U.S. Virgin Islands. This initiative is designed to identify eligible small businesses, particularly those classified as 8(a), HUBZone, and service-disabled veteran-owned, to manage a range of construction projects valued between $250,000 and $15 million, with an anticipated total contract value of up to $4 billion over a period of seven to ten years. The selected contractors will be responsible for all aspects of the construction process, including labor, materials, and oversight, emphasizing the Coast Guard's commitment to leveraging small business participation in government projects. Interested parties must submit their capabilities statements and relevant information by November 12, 2025, to Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil for consideration in future contracting opportunities.
    Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL
    Buyer not available
    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.
    Linen Supply Services for Base Astoria Medical Clinic
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to provide linen supply services for the Base Astoria Medical Clinic in Warrenton, Oregon. The contract entails laundry services, including the pickup and delivery of soiled and clean uniforms, along with the provision of essential laundry materials, scheduled bi-weekly on Wednesdays from April 1, 2025, to December 31, 2025. This procurement is crucial for maintaining operational efficiency and hygiene standards within the medical facility. Interested small businesses are encouraged to reach out to Thomas Gresham at Thomas.J.Gresham@uscg.mil or call 503-861-6235 for further details and to ensure compliance with federal procurement regulations.
    V231--HOPTEL Veteran Overnight Lodging (VA-25-00028403)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide overnight lodging services for veterans at the Oscar G. Johnson VA Medical Center in Iron Mountain, Michigan, under the solicitation titled V231--HOPTEL Veteran Overnight Lodging (VA-25-00028403). The contract, which is set to commence on April 1, 2025, and run until March 31, 2030, requires the contractor to supply a minimum of 13 rooms each night, with the potential for additional rooms as needed, ensuring compliance with AAA "two diamond" standards and federal safety regulations. This initiative is part of the VA's commitment to enhancing accommodation offerings for veterans and their caregivers, promoting small business participation in federal contracts. Interested parties must submit their offers by the extended deadline of March 13, 2025, at 10:00 AM CDT, and can direct inquiries to Laura A. Broacha at Laura.Broacha@va.gov.
    94th Military Police Lodging & Meals
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking contractors to provide lodging and meal services for the 94th Military Police Company during their active duty period from March 15-18, 2025, in Londonderry, New Hampshire. The procurement requires accommodations for 90 service members, including 45 double rooms for three nights, and meal provisions totaling 810 meals, which must meet specific dietary restrictions and health regulations. This contract is essential for ensuring the well-being and operational readiness of military personnel during their mobilization, adhering to federal procurement standards. Interested vendors must submit their quotes by 2 PM EST on March 10, 2025, and can contact Zachary Shifrinson at zachary.h.shifrinson.civ@army.mil or 908-963-1673 for further details.