Commercial Lodging BPA - Peterson SFB
ID: FA251725Q0010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, 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, through the 21st Contracting Squadron, is seeking qualified contractors to establish Blanket Purchase Agreements (BPAs) for commercial lodging services near Peterson Space Force Base in Colorado. The procurement aims to provide single and double occupancy hotel or motel accommodations for military personnel, ensuring compliance with specific performance standards, including security, sanitation, and 24-hour check-in services. This initiative is crucial for supporting the lodging needs of Air Reserve Airmen during training weekends and other assignments. Interested vendors must submit their quotes by November 25, 2029, and adhere to the established guidelines, including compliance with GSA per diem rates. For further inquiries, potential bidders can contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil.

    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the provision of lodging accommodations near Peterson Space Force Base. The Contractor is tasked with supplying single and double occupancy hotel or motel rooms for personnel as needed, adhering to specified performance standards and requirements, including security and sanitation. The locations must be within 10 miles of the base, and no two facilities should be more than one mile apart. Lodging must include suitable amenities such as security measures, telephone, television, heating and cooling, and regular housekeeping services. Additionally, the Contractor must provide a 24-hour check-in service and ensure cleanliness in common areas. The payment will primarily be done through Government Purchase Cards, exempting the government from taxes on room charges. If any lodging does not comply with the requirements, corrective actions must be taken within 24 hours. Overall, the RFP prioritizes safety, comfort, and operational efficiency in providing living quarters for government personnel on assignment.
    The document is a Price Sheet for a Lodging Blanket Purchase Agreement (BPA), detailing pricing for single and double occupancy rooms over a five-year contract period starting from 30 November 2024. Each month lists a unit quantity of one for both room types at $0.00 unit cost, resulting in an extended price of $0.00 for each month. The sheet instructs offerors to fill in specific highlighted cells only and lacks detailed contractor information such as organization name, contact, and email. Overall, it serves as a template for potential contractors to provide pricing information related to lodging services as part of federal government RFPs.
    The document outlines clauses incorporated by reference in federal contracts, particularly focusing on compliance requirements for contractors engaging with the Department of Defense (DoD). Key clauses include those pertaining to the compensation of former DoD officials, safeguarding covered defense information, whistleblower rights, and prohibitions on contracting with entities engaged in certain activities related to Iran and telecommunications. There are specific provisions for ensuring compliance with cybersecurity measures and reporting requirements, particularly through the Wide Area Workflow system for payment requests. Additionally, the document emphasizes the importance of representations and certifications such as those related to business size, ownership, and potential debarment. It mandates adherence to statutes and executive orders reinforcing ethical conduct, equal opportunity, and the responsible use of federal funds. Ultimately, the purpose of this document is to ensure that federal contractors align with established legal frameworks, promoting transparency, compliance, and ethical standards in federal contracting processes. This aligns with broader government goals of accountability and equitable business practices in public procurements.
    This document outlines the terms and conditions for a Blanket Purchase Agreement (BPA) between the U.S. Government and a contractor for providing local lodging near Peterson Space Force Base as needed. It specifies that the Government's obligation is limited to authorized calls placed under this BPA, with rates reflecting those offered to the contractor’s most favored customers, excluding taxes. Key elements include constraints on purchase amounts (limited to $25,000 per call), authorized individuals for making calls, and payment methods, specifically using the Government Purchase Card (GPC). Invoices must be itemized and submitted after services are rendered, while delivery tickets need to accompany shipments to record essential details such as contractor information and services provided. The BPA can be terminated by either party with 30 days' notice. Overall, this BPA serves as a structured framework for lodging procurement, ensuring compliance with government standards and facilitating financial accountability in service delivery.
    The document details the Wage Determination No. 2015-5417 issued by the U.S. Department of Labor under the Service Contract Act. It outlines minimum wage rates for covered contracts in El Paso and Teller counties, Colorado, which vary depending on the contract date and whether it falls under Executive Orders 14026 or 13658. Specifically, contracts entered after January 30, 2022, mandate a minimum wage of at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, require at least $12.90 per hour unless a higher rate is specified. The document also lists specific occupational codes and corresponding rates for various job positions within multiple categories, such as administrative, automotive, and healthcare occupations, along with fringe benefits and paid sick leave provisions as mandated by Executive Order 13706. It emphasizes compliance and conformance procedures for any additional classifications not explicitly listed, ensuring equitable compensation for all contract workers. Overall, the wage determination aims to uphold labor standards and worker protections in federal contracts while providing details on implementation for contractors.
    This document addresses common inquiries related to a Blanket Purchase Agreement (BPA) under solicitation FA251721Q9999. It clarifies that there is an existing BPA and outlines the payment processes, stating that a single Government Purchase Card (GPC) transaction may be authorized for group payments during checkout, with specifics provided in the attached terms. The hotel’s capacity for parking and room accommodations is contingent on demand, as lodging needs will change monthly during training weekends. Additionally, hotels need not have specific ratings, and room rates can be adjusted annually. Quotes must be obtained directly from hotels rather than third-party travel management companies. The BPA is open for responses until November 26, 2029, unless needs evolve. The intent of this document is to guide potential vendors about the terms and conditions, allowing for clarity in bidding for government lodging services, while ensuring compliance with federal procurement standards. Overall, the document emphasizes coordination with the contracting officer and adherence to established guidelines related to rates, accommodations, and payment methods.
    The document outlines the wage determination under the Service Contract Act by the U.S. Department of Labor, specifying minimum wage and fringe benefit requirements for contractors based on the type of contract and specific occupations in the Colorado regions of El Paso and Teller. It highlights that for contracts initiated or extended after January 30, 2022, the minimum wage is set at $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, stipulate a minimum wage of $13.30 per hour, unless a higher rate is specified. The document provides a comprehensive list of various job titles along with their corresponding wage rates and details requirements for health and welfare benefits, sick leave, vacation, and holidays. It emphasizes that additional classifications not listed must undergo a conformance process overseen by the Wage and Hour Division of the Department of Labor. This wage determination is vital for compliance in federal contracts, ensuring fair compensation for workers, which is crucial for attracting and retaining talent in government-funded projects and services. Overall, this document serves as a guideline for contractors to adhere to federal regulations related to labor compensation.
    The 21st Contracting Squadron (21 CONS) is issuing a combined synopsis/solicitation for Blanket Purchase Agreements (BPAs) to provide non-personal commercial lodging services near Peterson Space Force Base, Colorado. The solicitation, under number FA2517-25-Q-0010, is a 100% small business set-aside, aimed at obtaining lodging for military personnel, specifically Air Reserve Airmen. Interested contractors must comply with specific requirements, including registering with the System for Award Management (SAM) and presenting quotes by 25 November 2029. The evaluation will focus on two main criteria: the Capability Statement (demonstrating understanding of the requirement) and Pricing (must comply with GSA per diem rates). Quotes that exceed these rates will be deemed unacceptable. Successful offers will lead to multiple BPAs with a maximum five-year performance period. Offerors need to adhere to designated formatting guidelines for submissions and clearly disclose any potential conflicts of interest. The government retains the right to cancel the solicitation without any reimbursement obligations, and the announcement is valid for five years from its posting, allowing additional contractors to be assessed throughout this period.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO
    Buyer not available
    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.
    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.
    489th Hotel BPA Dyess AFB, TX
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) to provide lodging services at Dyess Air Force Base (AFB) in Texas. The BPA, numbered FA466125Q0005, is intended to furnish quality lodging accommodations for personnel from April 9, 2025, to April 8, 2030, with a total maximum value of $300,000, where individual orders cannot exceed $25,000. This procurement is crucial for ensuring that military personnel have access to safe and compliant lodging facilities, adhering to health and safety regulations while maintaining high standards of service. Interested contractors must be registered as small businesses in the System for Award Management (SAM.gov) and can direct inquiries to Kasey Hutton at kasey.hutton.1@us.af.mil or Germain Duarte at germain.duarte.1@us.af.mil, with the award decision expected on or before April 8, 2025.
    Peterson SFB Wifi Services
    Buyer not available
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified vendors to establish Blanket Purchase Agreements (BPAs) for commercial internet and WiFi services at Peterson Space Force Base in Colorado. The procurement aims to secure reliable and responsive internet services, requiring contractors to demonstrate technical capabilities in installation, maintenance, and troubleshooting, while adhering to specific operational standards and response times for outages. This initiative is critical for maintaining effective communication and operational efficiency at the base. Interested vendors must respond by August 16, 2029, and can direct inquiries to Contracting Officer Jake Hluska via email, with the relevant NAICS code being 517112 for wireless telecommunications carriers.
    Lodging for Regularly Scheduled Drills-March 5-25-P.R. Air National Guard
    Buyer not available
    The Department of Defense, specifically the Puerto Rico Air National Guard's 156th Wing, is seeking lodging services for Regularly Scheduled Drills (RSD) from March 5 to 25, 2025, in the San Juan-Isla Verde area. The procurement is set aside for small businesses under NAICS Code 721110, requiring accommodations that include 25 double rooms and 24 single rooms, with adherence to Department of Defense travel rates and quality standards. This contract is crucial for ensuring the operational readiness of military personnel during training events, emphasizing compliance with health protocols and quality assurance measures. Proposals are due by February 24, 2025, and interested vendors should contact Angel F. Solis at angel.solis.2@us.af.mil or 787-253-5238 for further details.
    129 RQW - CY25 Drill Lodging
    Buyer not available
    The Department of Defense, specifically the California Air National Guard's 129th Rescue Wing, is seeking proposals for lodging services to accommodate personnel during drill periods in Santa Clara, California. The contract requires the provision of single and double-occupancy rooms for a one-year term, with the contractor responsible for managing lodging operations independently while adhering to established quality standards and security protocols. This procurement is vital for ensuring that military personnel have reliable accommodations during their training and operational activities. Interested small businesses, particularly those eligible for the Total Small Business Set-Aside, should contact CMSgt Dana Johnson at dana.johnson.16@us.af.mil or TSgt Austin Breault at austin.breault.1@us.af.mil for further details, with proposals due by the specified deadline.
    3RD QTR LODGING
    Buyer not available
    The Department of Defense, specifically the Kentucky Air National Guard (KYANG), is seeking lodging services for its personnel in Louisville, Kentucky, for the Regularly Scheduled Drill (RSD) from April to June 2025. The procurement requires a premium FEMA-registered hotel that can accommodate double-occupancy rooms while adhering to specific standards for quality, health, safety, and security, including compliance with National Fire Codes and maintaining a clean environment free from heavy industrial activity. This contract is crucial for ensuring that KYANG personnel have access to quality accommodations that meet federal regulations and security policies during their drills. Interested vendors should contact SSgt Quetta Odom at glennquetta.odom@us.af.mil or 502-413-4617, or Jonathan Vance at jonathan.vance.4@us.af.mil or 502-413-4161 for further details.
    16 EWS Landscape Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a landscaping maintenance project at Peterson Space Force Base in Colorado Springs, titled "16 EWS Landscape Maintenance." The project requires the contractor to provide all necessary labor, materials, and equipment to enhance the landscaping around Building 2027, including the installation of at least six native trees, eight native shrubs, and a seating area for 20 people with picnic tables and shading structures. This initiative aims to improve outdoor space functionality and aesthetics on the base, reflecting a broader commitment to enhancing communal areas. Interested parties can contact Anna Moritz at anna.moritz@spaceforce.mil or Nicole Harden at nicole.harden.1@spaceforce.mil for further details, with project completion expected by January 22, 2025.
    15 Hotel Rooms for Six Nights in Port Canaveral, Florida
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for hotel accommodations during a port visit to Port Canaveral, Florida. The procurement requires up to 15 double-occupancy hotel rooms for a six-night stay, equipped with standard amenities and located within a 20-mile radius of the port, adhering to the March 2025 GSA per diem rates. This opportunity is crucial for supporting personnel logistics during military operations, ensuring comfortable and compliant lodging arrangements. Interested vendors must comply with federal contracting regulations, including registration in the System for Award Management (SAM), and can contact Kyle Berg at kyle.r.berg3.civ@us.navy.mil or Stephanie Neale at stephanie.l.neale.civ@us.navy.mil for further details.
    SOURCES SOUGHT - Dining Facility Janitorial Services at Buckley SFB, Colorado
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide dining facility janitorial services at Buckley Space Force Base in Aurora, Colorado. The contractor will be responsible for maintaining cleanliness in food preparation and serving areas, ensuring compliance with quality control measures, government security protocols, and employee training on hygiene standards and safety regulations. This contract is crucial for supporting military personnel during Regularly Scheduled Drill periods and includes a base year of service with specific operational hours and holiday procedures. Interested contractors can reach out to the 140th Contracting Office at 720-847-9498 or via email at 140.WG.MSC@us.af.mil for further details.