129 RQW - CY25 Drill Lodging
ID: W50S8X25QA015Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7MX USPFO ACTIVITY CAANG 129MOFFETT FIELD, CA, 94035-0103, 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement outlines the requirements for hotel lodging services for the 129th Rescue Wing (RQW) of the California Air National Guard, based at Moffett Federal Airfield. The contract seeks to provide single and double-occupancy rooms during Regular and Rescheduled Schedule Drill periods, with services set for a one-year term. The contractor will manage lodging operations without government supervision, ensuring compliance with established guidelines and addressing any issues that arise. Facilities must be conveniently located within specific driving distances from a designated address and meet comprehensive quality standards. Key responsibilities include timely communication regarding reservations, invoicing without adding taxes, and ensuring the integrity of services, including adequate staffing for check-in/check-out. The contractor must also adhere to security protocols and provide necessary documentation to facilitate accountability. Overall, this document serves to establish clear expectations for the provision of lodging to support the operational needs of the 129th RQW, emphasizing a commitment to quality and responsive service in maintaining essential support operations for military personnel.
    The document outlines a schedule related to lodging requirements and drill periods for upcoming events or trainings, specifically detailing single and double entries correlated to dates and the number of rooms needed. It presents various dates for events spanning from January to December 2025, indicating the necessity for specific room counts on different nights. Notably, it emphasizes that all dates are subject to change, suggesting a level of flexibility in planning. The structure is primarily a list format, alternating between “Single” and “Double” entries alongside corresponding numerical values and dates. The overall focus seems to be on organizing events while ensuring adequate accommodations are prepared, which may relate to federal or state RFPs regarding contractual requirements for facility management or event planning services.
    The document outlines wage determinations under the Service Contract Act by the U.S. Department of Labor, specifying required minimum wage rates and fringe benefits for various occupations in Santa Clara County, California. It indicates that contracts initiated or extended after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of $17.20 per hour. For contracts awarded between January 1, 2015, and January 29, 2022, if not extended post-January 30, 2022, the minimum wage aligns with Executive Order 13658 at $12.90 per hour. The document lists occupations, along with their corresponding wage rates, highlighting categories like Administrative Support, Automotive Service, Food Preparation, Health Occupations, and Information Technology. It specifies mandatory fringe benefits, including health and welfare provisions and vacation entitlements. Additional instructions cover the process for classifying unlisted job positions, ensuring compliance with the wage determinations, and the necessary steps for contractors. This wage determination is critical for federal contracts, ensuring fair compensation for service employees and compliance with labor standards in government procurement processes, thereby safeguarding the rights of workers involved in federal contracts.
    The document is a solicitation for a Women-Owned Small Business (WOSB) contract, specifically addressing the procurement of lodging services. It outlines various sections necessary for bidders, including requisition and contract numbers, solicitation issue date, and due date for offers. The primary items to be provided are single and double occupancy rooms, with specific quantities listed and details on pricing arrangements. Essential clauses regarding evaluation criteria, pricing structures, and payment instructions are included. The request emphasizes compliance with federal regulations, focusing on terms integral to small business participation, particularly by economically disadvantaged women. Details about inspection and acceptance, delivery periods, and contact information for relevant personnel are provided. Furthermore, the document stresses the need for adherence to specific federal acquisition regulations (FAR) and defense acquisition regulations (DFARS). Overall, this solicitation aims to facilitate a transparent and competitive bidding process while ensuring compliance with federal contracting standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    129 RQW - Catered Meals
    Buyer not available
    The Department of Defense, specifically the California Air National Guard's 129th Rescue Wing, is soliciting proposals for a contract to provide catered meals for Regularly Scheduled Drills at Moffett Air National Guard Base. The contractor will be responsible for delivering and serving fully cooked, warm meals that meet specific dietary requirements for approximately 550 personnel each month, ensuring compliance with food safety standards and federal contracting regulations. This procurement is crucial for maintaining the health and morale of military personnel during training exercises, emphasizing the importance of quality service and adherence to strict safety protocols. Interested vendors 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, as this opportunity is set aside for small businesses under the SBA guidelines.
    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.
    129 CEF - Base Janitorial Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for base janitorial services at the 129th Rescue Wing facilities located at Moffett Air National Guard Base in Mountain View, California. The contract, valued at up to $22 million, encompasses comprehensive cleaning responsibilities across multiple buildings, with the contractor required to maintain cleanliness according to specified frequency standards while adhering to federal labor regulations. This procurement is critical for ensuring a hygienic and safe environment for military personnel, and it emphasizes compliance with the Service Contract Act, including wage determinations that mandate a minimum hourly wage of $17.75 for workers. Interested contractors should direct inquiries to CMSgt Dana Johnson at dana.johnson.16@us.af.mil or TSgt Austin Breault at austin.breault.1@us.af.mil, with proposals due by the specified deadline following the solicitation amendment.
    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.
    Commercial Lodging BPA - Peterson SFB
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide commercial lodging services under a Blanket Purchase Agreement (BPA) for personnel stationed at Peterson Space Force Base (PSFB) in Colorado. The procurement aims to secure hotel and motel accommodations for Air Reserve Airmen, with specific requirements for room types, amenities, and operational standards, including a 24-hour check-in service and compliance with security and sanitation protocols. This initiative is crucial for ensuring comfortable and accessible lodging for military personnel during their assignments, with the BPA open for responses until November 26, 2029. Interested contractors should contact Ralph E. Mayer at ralph.mayer@spaceforce.mil or Tiffany Harley at tiffany.harley.2@spaceforce.mil for further details and to ensure compliance with the outlined terms and conditions.
    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.
    146 AW FSS FOOD SERVICE
    Buyer not available
    The Department of Defense, specifically the California Air National Guard's 146th Airlift Wing, is seeking a contractor to provide full food services for approximately 1,200 meals during drill weekends at the Channel Islands ANG Station in Port Hueneme, California. The contractor will be responsible for various tasks, including cleaning facilities, maintaining food supplies, cooking, and serving meals, while adhering to quality control standards. This procurement is set aside for small businesses under the NAICS code 722310, with a firm-fixed-price contract expected to be awarded following a Request for Quote (RFQ) anticipated to be published around January 27, 2025. Interested parties should contact Toni Wasgatt at toni.wasgatt@us.af.mil or William Tucker at william.tucker.32@us.af.mil for further information, and must be registered with the System for Award Management (SAM) prior to receiving an award.
    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.
    FY25 UILS Lodging
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for lodging services under the FY25 UILS Lodging opportunity. This procurement aims to provide hotel and motel accommodations, as indicated by the NAICS code 721110, for personnel in Homer Glen, Illinois. The services are crucial for supporting travel and relocation needs, ensuring that military personnel have access to suitable lodging during their assignments. Interested vendors can reach out to Armando Mercado at armando.mercado.1@us.af.mil or 618-256-9262, or LaMarr Watson at lamarr.watson.2@us.af.mil or 618-256-4159 for further details regarding this sources sought notice.
    V231--442 Veteran Lodging Service (VA-25-00007226)
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for veteran lodging services under the solicitation number 36C25925Q0172, specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract will provide off-site lodging for veterans visiting the Cheyenne VA Medical Center, with a performance period from May 1, 2025, to April 30, 2030, and requires compliance with health and safety regulations while ensuring accommodations are within ten miles of designated medical facilities. This initiative is crucial for facilitating veterans' access to healthcare services, emphasizing the government's commitment to supporting veteran-owned businesses. Interested contractors must submit their proposals by February 26, 2025, and direct inquiries to Contracting Officer Danielle Kramer at danielle.kramer@va.gov or 303-712-5725.