171st Air Refueling Wing Lodging
ID: W50S9125QA001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NX USPFO ACTIVITY PAANG 171CORAOPOLIS, PA, 15108-4805, 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 Pennsylvania Air National Guard (PAANG), is seeking a qualified contractor to provide lodging services for the 171st Air Refueling Wing in Coraopolis, Pennsylvania. The contract will require the provision of a minimum of 25 double occupancy non-smoking rooms, adhering to a 3-Star hotel standard, within a 10-mile radius of the base, for a period of 12 months starting from the date of contract award. This lodging is essential for supporting the operational readiness of service members during training assemblies, ensuring compliance with federal standards for service provision. Interested vendors must submit their quotes by October 28, 2024, at 10:00 AM Eastern Time, and should direct their responses to the primary contacts, Kaity Fuga and Steve Sisneros, via the provided email addresses. The total award amount for this solicitation is estimated at $40 million, with a focus on small business participation under the Total Small Business Set-Aside program.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for lodging services for Air National Guard personnel assigned to the 171st Air Refueling Wing stationed in Coraopolis, PA. The contractor must provide a minimum of 25 double occupancy non-smoking rooms, equivalent to a 3-Star hotel standard, within a 10-mile radius. The contract spans one base year and is subject to adjustment based on operational needs. A Quality Control Plan is mandated to ensure compliance, and the government will assess performance via a Quality Assurance Surveillance Plan. The document highlights safety standards, emphasizes the necessity for consistent staff training, and mandates compliance with communications security regulations. Specific requirements for room conditions, housekeeping standards, and guest services—including flexible accommodation booking rules—are detailed. Additionally, the contractor is prohibited from engaging in trafficking in persons and must disclose conflicts of interest. A reference list of currently approved hotels and anticipated room usage is provided to support contractors in planning. This PWS is pivotal in maintaining operational readiness by ensuring suitable lodging for service members during training assemblies and fulfilling federal standards in service provision.
    This document appears to detail a federal government Request for Proposals (RFP) or grant applications, likely focusing on health and safety in public infrastructure. The main purpose is to outline requirements and guidelines associated with securing federal funds, potentially for projects related to environmental health, safety compliance, and the mitigation of hazards in public facilities. Key ideas include the necessity for detailed assessments of infrastructure conditions, the identification of hazardous materials, and the importance of adhering to health regulations and standards. The document emphasizes the need for thorough planning, safety measures, and compliance with local and federal laws. Supporting details might involve specifics about the types of assessments required, processes for identifying hazardous materials, and subsequent actions needed to rectify unsafe conditions. The document maintains a formal tone and presents a structured approach towards fulfilling governmental requirements for federal grants or RFPs, indicating a systematic process aimed at minimizing risks to public health and ensuring safety in federally funded projects. Through a comprehensive review, the structural components appear to include guidelines for proposal submission, criteria for evaluating submissions, and expectations for reporting and compliance from chosen contractors or grantees.
    The document outlines a solicitation for lodging accommodations associated with the Women-Owned Small Business (WOSB) program, specifically addressing the needs of the 171st Air Refueling Wing (ARW) in Pennsylvania. The requisition spans from October 31, 2024, to October 30, 2025, with a total award amount of $40 million. It specifies the requirement for lodging on an as-needed basis for ARW members, detailing the terms of service including pricing arrangements that incorporate firm fixed prices, maximum contracted room nights, and all associated fees. The structure includes request for quotes, delivery terms, performance work statements, and the necessary compliance with various federal acquisition regulations (FAR) and defense acquisition regulations (DFARS). Additionally, clauses related to subcontracting and small business status are highlighted, ensuring adherence to socio-economic standards and participation in the WOSB program. The emphasis on a diverse range of compliance requirements reinforces the government’s efforts to support small businesses while maintaining standards for service delivery. Overall, this solicitation not only outlines logistical needs but also integrates socio-economic goals within federal contracting practices.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    NVANG UTA LODGING DECEMBER 2024 - NOVEMBER 2025
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide lodging accommodations for personnel of the Nevada Air National Guard's 152d Airlift Wing from December 2024 to November 2025. The procurement requires single and double occupancy rooms within a two-mile radius of the 152d Airlift Wing in Reno, Nevada, with an estimated total of 1,495 room nights needed across various training events. This contract is crucial for ensuring that Air National Guard personnel have safe and comfortable accommodations during their duty status for training. Interested small businesses must submit their quotes by November 1, 2024, at 10:00 AM PDT, to the primary contacts Keith Trimble and Alex Norris via email, adhering to all specified requirements in the solicitation documents.
    Inactive Duty Training Lodging
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to establish Blanket Purchase Agreements (BPAs) for lodging services for the 182nd Airlift Wing in Peoria, Illinois. The procurement aims to provide commercial lodging for Air National Guard personnel during Inactive Duty Training, with a requirement for single and double occupancy accommodations over a five-year period from December 1, 2024, to November 30, 2029. This initiative is crucial for ensuring that military personnel have access to safe and compliant lodging during their training obligations, while also managing costs effectively. Interested vendors must submit their quotes by November 19, 2024, at 12:00 p.m. Central Time, and can direct inquiries to SMSgt Ben Yeutson at benjamin.yeutson@us.af.mil or 309-633-5204.
    Lodging BPA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to establish one or more Blanket Purchase Agreements (BPAs) for commercial lodging services near the 148th Fighter Wing in Duluth, Minnesota. The procurement aims to provide lodging for government personnel on official business, with a focus on small business participation, particularly those that are service-disabled veteran-owned, women-owned, or located in historically underutilized business zones. The BPAs will have a maximum value of $250,000 and a performance period extending up to five years, with proposals evaluated based on price, availability, and quality in adherence to government rates. Interested contractors must submit their quotes using the provided Quote Sheet and ensure compliance with federal acquisition regulations, with all submissions due by the specified deadline. For further inquiries, contact Rebecca Dimler at rebecca.dimler@us.af.mil or Joshua M. Fish at joshua.fish.1@us.af.mil.
    HDCSO Hotel Lodging FY25 - FY29
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking local hotels to provide lodging services for government personnel at Fort Leonard Wood, Missouri, from November 29, 2024, to November 28, 2029. The procurement aims to establish Blanket Purchase Agreements (BPAs) for fully furnished hotel accommodations when on-post lodging is unavailable, ensuring compliance with health and safety standards while maintaining a maximum nightly rate of $110. This initiative is crucial for supporting military personnel during in-processing and training, with a total estimated contract value of $8.5 million and individual orders capped at $2.5 million in the first year and $1.5 million in subsequent years. Interested hotels must be registered with SAM.gov and can contact Maria-Elisa Trinidad at maria-elisa.trinidad.civ@army.mil or Alfreda M. Dupont at alfreda.m.dupont2.civ@army.mil for further details.
    COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO
    Active
    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.
    Sailor Lodging_Rev1
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Navy, is soliciting proposals for lodging services at the Portsmouth Naval Shipyard in Kittery, Maine, under solicitation number N3904025R0009. The requirement entails providing 48 double-occupancy rooms for 91 consecutive nights, totaling 4,368 room nights to accommodate 96 sailors from November 1, 2024, to February 28, 2025. This procurement is crucial for supporting active-duty sailors during their assignments, ensuring they have safe and comfortable accommodations while docked at the shipyard. Interested vendors must submit their quotes by October 28, 2024, and can contact Alyssa Cress at alyssa.a.cress.civ@us.navy.mil or call 207-994-0740 for further information.
    Short Term Lodging East Point, GA 30344
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for short-term lodging services in East Point, Georgia, under a total small business set-aside. The procurement aims to provide lodging accommodations, which are essential for personnel traveling for official duties, ensuring they have access to comfortable and convenient housing during their stay. Interested vendors can submit their quotes through the Unison Marketplace, with further details available via the provided link. For inquiries, potential bidders can contact Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com.
    Bunkrooms
    Active
    Dept Of Defense
    The Department of Defense, specifically the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), is seeking qualified small businesses to provide lodging services through a Sources Sought Notice. The requirement includes two individually occupied lodging rooms, centrally located between the Controlled Industrial Areas and the Intermediate Maintenance Facility, with a travel time of 5-10 minutes, and operational availability 24/7 for a duration of 365 days. Each room must be equipped with essential amenities such as a bed, linens, a bathroom, and privacy features, along with parking for two vehicles. Interested parties must submit their capability statements by 3:00 PM HST on October 25, 2024, to the primary contact, Colby Teruya, at colby.m.teruya.civ@us.navy.mil.
    YRRP Conference space, Catering and Lodging / Columbus, Ohio
    Active
    Dept Of Defense
    The Department of Defense, specifically the Ohio Army National Guard (OHARNG), is seeking proposals for venue support services, including catering, lodging, and conference space for the Yellow Ribbon & Reintegration Program scheduled for December 8, 2024, in Columbus, Ohio. The selected contractor will be responsible for providing a hot buffet lunch for approximately 330 attendees, securing suitable conference spaces, and arranging lodging for ten guests, all while adhering to federal per diem rates and quality control standards. This procurement is crucial for facilitating veteran support programs and ensuring a successful event, with a total small business set-aside under NAICS code 722320. Proposals are due by 10:00 AM (EST) on November 13, 2024, and must be submitted via email to Rachel Oglesbee at rachel.a.oglesbee.civ@army.mil. Interested vendors must also be registered in the System for Award Management (SAM).
    Base Operations Support (BOS) Services - Pittsburgh ARS, PA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Base Operations Support (BOS) Services at the Pittsburgh Air Reserve Station (ARS) in Pennsylvania. The contract will encompass various services including Materiel Management, Ground Transportation and Vehicle Management, Traffic Management Operations, Real Property Maintenance and Services, and Fuels Management, with a focus on providing comprehensive support to the 911th Air Wing. This opportunity is set aside for SBA Certified Women-Owned Small Businesses (WOSBs) and will be awarded as a single, five-year Indefinite-Delivery Indefinite-Quantity (IDIQ) service contract, with an anticipated award date around February 2025. Interested parties should prepare for a pre-proposal conference tentatively scheduled for late October to early November, and must ensure they are registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Juan Martinez at juan.martinez.82@us.af.mil or Ryan Scott at ryan.scott.34@us.af.mil.