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 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.

    Files
    Title
    Posted
    The 21st Contracting Squadron (21 CONS) is issuing a combined synopsis/solicitation (FA2517-25-Q-0010) for commercial lodging services near Peterson Space Force Base (PSFB) in Colorado. This solicitation is 100% set aside for small businesses under NAICS code 721110 and has a five-year performance period. Vendors must be registered with the System for Award Management (SAM) and possess a valid CAGE code. Proposals are due by November 25, 2029, and should include a cover letter, capability statement, and pricing sheet, adhering to specified formatting guidelines. The evaluation criteria focus on two factors: the Capability Statement and Pricing. Proposed pricing must not exceed the General Service Administration (GSA) per diem rates. The Government reserves the right to cancel the RFQ at any time without repercussion for costs incurred by Offerors. This solicitation remains open for five years to allow additional vendor participation. The overarching goal is to award multiple Blanket Purchase Agreements (BPAs) to fulfill the lodging requirements of military personnel at PSFB.
    The 21st Contracting Squadron (21 CONS) is seeking quotations for commercial lodging services through a Request for Quotation (RFQ) under solicitation number FA2517-25-Q-0010. This initiative aims to establish multiple Blanket Purchase Agreements (BPAs) for non-personal lodging within ten miles of Peterson Space Force Base, Colorado, specifically for military personnel. The acquisition is designated as a 100% small business set-aside, with a NAICS code of 721110 and a small business size standard of $40 million. The contract will have a potential performance period of five years, with offers requiring a capability statement and a price sheet. Quotations must comply with outlined formatting and should be submitted by November 25, 2029. Evaluation criteria include an assessment of the capability statement and pricing, with acceptable rates not exceeding GSA per diem limits. The document underscores the Government's right to cancel the solicitation without obligation for cost reimbursement. The RFQ remains open for five years, allowing for continuous contractor evaluations for future needs at Peterson SFB. The structured process and requirements reflect the government's commitment to engaging small businesses for essential services while ensuring compliance with federal acquisition regulations.
    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.
    The Requirement Statement dated April 9, 2025, outlines the responsibilities of a contractor to provide local lodging accommodations near Peterson Space Force Base for government personnel. The contractor must establish a Blanket Purchase Agreement (BPA) to supply single and double occupancy rooms within 10 miles of the base. Key requirements include maintaining at least 17 bookable rooms, ensuring suitable amenities, and adhering to specific standards for room conditions, including security, cleanliness, and accessibility. Daily custodial services, customer information assistance, and adherence to fire safety protocols are mandatory. Lodging facilities must offer essential comforts such as heating/cooling, electrical outlets, and telecommunications, along with desirable amenities. The contractor is responsible for invoicing via Government Purchase Card (GPC) and must ensure no unauthorized expenses are incurred by personnel. If the accommodations do not meet specified standards, replacements must be proposed within 24 hours. Accessibility for unforeseen circumstances is required, solidifying a comprehensive and structured approach to lodging services for government contracts.
    Lifecycle
    Title
    Type
    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.
    Peterson SFB Wifi Services
    Dept Of Defense
    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.
    WET/DRY SUPPRESSION SERVICES
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting qualified contractors for Wet/Dry Suppression Services at Peterson Space Force Base in Colorado. The contractor will be responsible for inspecting, testing, and maintaining wet and dry chemical fire suppression systems, ensuring compliance with federal, state, and local regulations, as well as various safety standards outlined in the Performance Work Statement (PWS). This contract is crucial for maintaining operational safety and readiness at the facility, with a Firm Fixed Price structure covering a base year and four option years, starting February 17, 2026. Interested small businesses must submit their quotes by January 12, 2026, and can direct inquiries to Stephen Carr at stephen.carr.12@spaceforce.mil or 719-556-4999.
    183 WG Regularly Scheduled Drill (RSD) Lodging FY26 BPA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide lodging services for members of the 183d Wing during Regularly Scheduled Drills (RSDs) in Springfield, Illinois. The procurement involves establishing multiple Blanket Purchase Agreements (BPAs) for non-personal commercial lodging within a 13-mile radius of the 183d Wing, with a focus on ensuring clean, comfortable accommodations that adhere to government per diem rates and specific operational requirements, including 24/7 reservation acceptance and secure parking. Interested contractors must submit their capability statements and pricing information by January 22, 2026, with a minimum order value of $1.00 and a ceiling of $350,000. For further inquiries, potential bidders can contact Alicia C. Braun at Alicia.Braun@us.af.mil or Amanda Brenizer at Amanda.Brenizer@us.af.mil.
    PSFB Hood & Duct Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking a contractor to provide hood and duct maintenance services at Peterson Space Force Base (PSFB) in Colorado. The contractor will be responsible for the inspection, cleaning, and removal of dirt, grease, and paint from hood and duct systems on a quarterly and semiannual basis, adhering to all relevant federal, state, and local regulations, including safety and environmental standards. This opportunity is a total small business set-aside under NAICS code 561790, with a contract structure that includes a base year, four option years, and a potential six-month extension. Interested parties must submit their quotes by January 22, 2026, and direct any questions to Tiffany Harley at tiffany.harley.2@spaceforce.mil or Theresa Green at theresa.green.7@spaceforce.mil by January 8, 2026.
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking a qualified contractor for the maintenance and inspection of the Fire Department Burn House and associated firefighting training props at Schriever Space Force Base in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association standards and manufacturers’ specifications, including structural integrity inspections, annual maintenance, and emergency repairs. This contract is a total small business set-aside under NAICS code 811310, with a firm-fixed-price award anticipated for the lowest-priced, technically acceptable offeror. Quotes are due by January 9, 2026, and questions must be submitted by December 29, 2025; interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further information.
    Catholic Priest Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Catholic Priest Services at Space Base Delta 1 (SBD 1) in Colorado Springs, Colorado. The contractor will be responsible for presiding over Catholic liturgical activities, managing programs, and providing pastoral care for the Catholic community, as outlined in the Performance Work Statement (PWS). This opportunity is a total small business set-aside under NAICS code 813110, with a contract structure that includes a base year, four option years, and a six-month extension. Interested offerors must submit their quotations by January 31, 2026, and direct any inquiries to Nicole Harden at nicole.harden.1@spaceforce.mil or Samuel Souil at samuel.souil@spaceforce.mil.
    Vermont Air National Guard RSD Lodging
    Dept Of Defense
    The Department of Defense, specifically the Vermont Air National Guard, is seeking qualified small businesses to provide lodging services for Regularly Scheduled Drill (RSD) events in South Burlington, Vermont. The procurement includes a Firm Fixed Price requirement for fully furnished lodging units for three separate periods in January, February, and March 2026, with specific quantities and types of rooms outlined in the solicitation. These services are critical for accommodating personnel during training exercises, ensuring compliance with health and safety regulations, and maintaining operational readiness. Interested vendors must submit their quotes electronically by January 13, 2026, at 3:00 PM EDT, and can direct inquiries to MSgt Kristen Lucey or MSgt James Yoshikawa at the provided contact information.
    356 ETSG Tinian Hotel Services
    Dept Of Defense
    The Department of Defense, through the 356 Expeditionary Theater Support Group (ETSG), is seeking qualified small businesses to provide hotel lodging services on Tinian Island, Northern Mariana Islands. The procurement aims to establish one or more Blanket Purchase Agreements (BPAs) with a total master dollar limit of $5 million, covering a three-year ordering period from February 1, 2026, to January 31, 2029, to support military and government personnel. The selected contractors will be responsible for delivering safe and functional lodging, including a minimum of 120 beds, with specific requirements for facilities and services outlined in the Performance Work Statement. Interested parties must submit their quotes by January 31, 2026, at 11:00 AM ChST, and all inquiries should be directed to the primary contact at 356ECEG.CONS.Team@us.af.mil or the secondary contact, Rachel Kinsella, at rachel.kinsella@us.af.mil.
    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.