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
  1. 1
    Posted Nov 26, 2024, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Nov 26, 2029, 5:00 PM UTC
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
Apr 9, 2025, 4:06 PM UTC
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.
Apr 9, 2025, 4:06 PM UTC
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.
Apr 9, 2025, 4:06 PM UTC
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.
Apr 9, 2025, 4:06 PM UTC
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.
Apr 9, 2025, 4:06 PM UTC
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.
Apr 9, 2025, 4:06 PM UTC
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.
Apr 9, 2025, 4:06 PM UTC
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.
Apr 9, 2025, 4:06 PM UTC
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.
Apr 9, 2025, 4:06 PM UTC
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.
Apr 9, 2025, 4:06 PM UTC
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.
Apr 9, 2025, 4:06 PM UTC
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/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.
Peterson Space Force Base Vehicle Barrier Maintenance and Repair
Buyer not available
The Department of Defense, through the United States Space Force, is seeking quotes for a Firm Fixed Price contract for the maintenance and repair of vehicle barrier systems at Peterson Space Force Base in Colorado. The contract aims to provide preventive maintenance, inspection, and minor repairs for operational vehicle barriers, ensuring compliance with military and federal standards while enhancing the facility's security infrastructure. This initiative is critical for maintaining effective access control and safety, with a total of forty-four vehicle barriers designated for ongoing operational needs. Interested small businesses must submit their quotes by May 2, 2025, and adhere to specific formatting and content requirements, with evaluations based on a Lowest Price Technically Acceptable (LPTA) method. For further inquiries, potential bidders can contact Tiana Glenn at tiana.glenn@spaceforce.mil or Philip Choate at philip.choate.1@spaceforce.mil.
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 Laundry BPA
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide lodging laundry services through a Blanket Purchase Agreement (BPA) at Ellsworth Air Force Base, South Dakota. The contractor will be responsible for all personnel, equipment, transportation, and supplies necessary for laundry and dry-cleaning services, including pick-up and delivery, with a focus on maintaining hygiene and service standards for military personnel. This procurement is funded through non-appropriated funds, ensuring that no federal tax dollars are utilized, and the contract is set to cover the period from April 30, 2025, to April 29, 2030. Interested vendors must submit their quotes by April 25, 2025, and can direct inquiries to Matthew Moye at matthew.moye.4@us.af.mil or Ross Duval at ross.duval@us.af.mil.
Cheyenne Mountain SFS Carpet Installation
Buyer not available
The Department of Defense, through the United States Space Force, is soliciting quotes for a carpet installation project at the Cheyenne Mountain Space Force Station in Colorado Springs, Colorado. The project involves the purchase and installation of commercial-grade carpet tiles, including the removal of existing flooring, installation adhering to government standards, and disposal of removed materials, with a focus on safety and environmental compliance. This opportunity is a 100% Small Business Set-Aside under NAICS code 238330, with a submission deadline for quotes set for May 7, 2025, and a site visit scheduled for May 1, 2025. Interested vendors should contact William R. Dabbs at william.dabbs.1@spaceforce.mil or 719-556-6597 for further details.
Schriever SFB Full Food Service Acquisition
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to acquire full food service operations at Schriever Space Force Base (SFB) in Colorado Springs, Colorado. The procurement will be conducted through direct negotiations with the State Licensing Agency (SLA) under the Randolph-Sheppard Act, ensuring that food services are provided at a reasonable cost and of high quality comparable to current offerings. This initiative is significant as it prioritizes the operation of cafeterias by blind vendors on federal property, promoting inclusivity and support for individuals with disabilities. Interested parties can reach out to Stephen Cooper at stephen.cooper.1@us.af.mil or Deaven Randolph at Deaven.Randolph.1@spaceforce.mil for further information, with the procurement process expected to conclude by April 15, 2025.
Delta 8 Mission Furniture Refresh Synopsis
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a firm-fixed price solicitation aimed at refreshing mission furniture across multiple rooms at Schriever Space Force Base in Colorado. This procurement is intended to meet the evolving mission needs associated with the Delta 8 initiative and the realignment of satellite communications under the Space Operations Command, ensuring that the furniture aligns with the Department of the Air Force's Office Workplace Furniture Ordering Guide. The solicitation is set aside for small businesses, and only four authorized Tier II contractors will be eligible to submit quotes, with the expectation of receiving at least two responses. Interested parties can reach out to Cheri Kuzio at cheri.kuzio@spaceforce.mil or Emily Heck at emily.heck@spaceforce.mil for further information, as the solicitation documents will not be publicly posted. The deadline for submissions is April 14, 2025.
USSPACECOM Building 1 Artwork v2
Buyer not available
The Department of Defense, through the 21st Contracting Squadron at Peterson Space Force Base, is seeking information from potential Artwork and Branding Providers for the USSPACECOM Building 1 project in Colorado Springs, Colorado. The objective is to design, procure, and install artwork that reflects Department of Defense space themes and enhances the visual environment of the facility, with specific requirements outlined in the Statement of Work. This initiative is crucial for reinforcing USSPACECOM's branding and operational integrity within its headquarters. Interested vendors must respond to the Sources Sought announcement by April 22, 2025, addressing specified questions and providing their capabilities, with further inquiries directed to Cayce Moses at cayce.moses@spaceforce.mil or Amanda Davidson at amanda.davidson.5@spaceforce.mil.
842nd Beaumont TX Lodging Services
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command – Rock Island, is seeking qualified vendors to provide lodging services for the 842nd Battalion in Beaumont, Texas, as part of the Military Surface Deployment and Distribution Command. The procurement is a 100% Small Business Set-Aside (SBSA) and involves a firm fixed-price Blanket Purchase Agreement (BPA) for accommodations, with a base period from May 16, 2025, to May 15, 2026, and four option periods extending through May 2030. This contract is crucial for ensuring adequate lodging for military personnel, with specific requirements outlined in the Performance Work Statement, including quality standards and security measures. Interested vendors must submit their quotes by April 15, 2025, and direct any questions to Linda Humphrey at linda.d.humphrey.civ@army.mil by April 7, 2025.