280th SOCS Hotel/Lodging BPA
ID: W50S6N24QA16Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7MT USPFO ACTIVITY ALANG 187MONTGOMERY, AL, 36108-4824, USA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL (V231)
Timeline
    Description

    The US Department of Defense, specifically the Department of the Army, is seeking proposals from hotels and motels to accommodate the 280th Special Operations Comm Squadron. Located in Montgomery, Alabama, the chosen establishment will provide lodging for Alabama Air National Guard members under a five-year Blanket Purchase Agreement (BPA).

    The procurement outlines detailed requirements for room bookings, inspections, and contractor responsibilities. The focus is on ensuring comfortable and safe accommodations for military personnel, with specific amenities and services required.

    This BPA is designed to streamline the reservation process for Regularly Scheduled Drill weekends and other requirements, offering pre-negotiated rates. Hotels must undergo a rigorous inspection process and adhere to strict standards to ensure they meet the necessary comfort and safety criteria.

    Interested parties should respond to the solicitation, following the outlined instructions and deadlines to submit their proposals. The opportunity includes firm-fixed-prices and key contact information for further queries.

    Point(s) of Contact
    Files
    Title
    Posted
    The primary objective of this procurement is to secure lodging accommodations for the 280th Special Operations Communications Squadron (SOCS). The contract, valid for five years, aims to streamline the reservation process for Regularly Scheduled Drill (RSD) weekends. The scope entails providing furnished rooms, quality control, and personnel for services related to accommodation. The government seeks non-smoking, indoor hotel facilities with essential amenities and 24-hour services. Hotels will be expected to adhere to safety and sanitation standards and provide varying room configurations based on military rankings and COVID-19 protocols. The contractor will coordinate with the 187FW Services Office for reservations, ensuring rooms are available for the specified drill dates. Key dates include the submission of a Quality Control Plan within 10 days of contract award and the annual mandatory hotel inspection. The 187FW Services Office will provide the contractor with the RSD schedule for the upcoming year. Evaluation of proposals will likely focus on the contractor's ability to meet these requirements and ensure quality lodging services.
    The government seeks lodging services for Alabama Air National Guard members. The 5-year Blanket Purchase Agreement (BPA) offers pre-negotiated rates for rooms booked upon request, with a focus on managing email-based bookings and cancellations. Authorized callers can obligate the government for individual purchases up to $250,000. The pricing structure is detailed, with rooms priced TBD per night. Contractors must respond promptly to booking requests and provide vacancy availability. The BPA also specifies invoicing procedures based on the purchase amount, ensuring efficient payment processing. This agreement emphasizes the need for a responsive and flexible lodging solution for the Alabama Air National Guard's requirements.
    The government aims to procure lodging services for its personnel, seeking to establish firm-fixed-price Blanket Purchase Agreements (FFP BPAs) with multiple commercial suppliers. The focus is on securing competitive pricing and alternative sources for maximum practicality. Offerors should provide their best pricing per room per night, as the evaluation process will consider price, technical capability, and past performance. The solicitation emphasizes the importance of submitting up-to-date representations and certifications, incorporating relevant FAR clauses. The statement of requirement and PWS documents provide further details on inspection procedures and delivery locations. Quotes must remain valid for 60 days after the solicitation's close, and critical submission deadlines are listed in the SAM posting details. This combined synopsis/solicitation is a streamlined process, and vendors should follow the outlined instructions for a timely response.
    The government seeks a comprehensive inspection of a hotel's exterior and sleeping rooms, assessing maintenance, safety, and amenity standards. Emphasis is on ensuring guest comfort and safety, with detailed evaluations of the hotel's grounds, security, and guest room essentials, including cleanliness, functionality, and aesthetic appeal. The inspection also covers bathroom facilities, focusing on hygiene, design, and privacy. Additionally, the hotel should provide 24-hour services and amenities like dining and message facilities, with the ability to accommodate large groups. Hotels will be rated based on their compliance with these rigorous standards, which prioritize a secure and welcoming environment for guests.
    The National Guard aims to establish an efficient protest resolution process with its NG Agency Protest Program. Instead of filing protests externally, such as at the Government Accountability Office, interested parties are encouraged to use this internal mechanism for dispute resolution. Protests must be filed within the time periods outlined in the FAR 33.103 and should request resolution under the NG program. The goal is to expeditiously resolve protests within 35 days of filing. This program ensures contract award or performance suspension, offering a timely and comprehensive approach to managing concerns related to National Guard contracting processes.
    The government seeks to procure various defense and telecommunications equipment, emphasizing unique item identification. The focus is on ensuring delivered items are marked with globally unique identifiers, enabling their distinction from other items. This applies to items above a certain cost threshold, embedded subassemblies, and those requiring warranty or special handling. Offerors must provide detailed information on the items and their characteristics. Key requirements include using two-dimensional matrix symbology for marking and submitting comprehensive delivery reports. The government emphasizes electronic submission of payment requests and receiving reports through the Wide Area WorkFlow (WAWF) system, outlining specific document types and routing instructions. Offerors are subject to numerous certifications and representations, including annual SAM registrations and updates. They must certify compliance with labor laws, tax obligations, and responsibilities related to child labor, diversity, and responsibility matters. The procurement also mandates representations regarding the country of origin and manufacturing locations for various items. Contract details are not explicitly mentioned, but the solicitation incorporates FAR clauses, indicating a complex acquisition process. Key dates are not provided but are presumably outlined in the full solicitation. Evaluation criteria are also absent but are likely tied to the comprehensive requirements and certifications outlined.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    RFI # 1 Commercial On-Base Lodging (COBL)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information regarding the privatization of transient lodging at its installations across the United States, its territories, and possessions. The initiative aims to enhance lodging operations to support the mission and improve the experience for Airmen, Guardians, and their families by potentially privatizing approximately 17,000 rooms across 60 installations, modeled after the successful Privatized Army Lodging program. Interested parties are encouraged to provide feedback on strategies for structuring the transaction and ensuring compliance with industry standards for lodging, with responses due approximately 21 days after posting. For further inquiries, interested vendors can contact the COBL Workflow at afcec.cil.workflow@us.af.mil or Benjamin T. Kindt at benjamin.kindt.1@us.af.mil.
    147th C Battery IDT Lodging
    Active
    Dept Of Defense
    The Department of Defense, specifically the South Dakota Army National Guard, is seeking a qualified contractor to provide commercial lodging services in Yankton, South Dakota, for personnel during Inactive Duty Training (IDT) weekends. The contract requires the provision of clean, smoke-free double occupancy rooms that meet FEMA standards, with an estimated need for lodging covering approximately 392 nights per year, primarily for around 32 personnel. This procurement is significant for ensuring the operational readiness of the National Guard and supports the government's initiative to enhance opportunities for women-owned small businesses. Quotes are due by 12:00 p.m. Mountain time on September 24, 2024, and interested parties should contact Andrew Kennedy at andrew.j.kennedy16.mil@army.mil for further details.
    Lodging Rooms
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for lodging accommodations, specifically 425 nights of furnished hotel or motel rooms annually, for staff participating in New Employee Orientation (NEO) at the James H. Quillen VA Medical Center in Mountain Home, Tennessee. The procurement requires a single hotel location within a 5-mile radius of the medical center, ensuring compliance with federal standards, including accessibility and safety regulations, while maintaining smoke-free accommodations and necessary amenities. This opportunity is set aside for small businesses and consists of five one-year ordering periods from September 2024 to September 2029, with room rates required to be at or below government per diem rates. Interested parties must submit their quotations electronically by September 20, 2024, and can contact Preston Gerretse at preston.gerretse@va.gov for further information.
    TEMPORARY BERTHING DUTY ROOMS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Strategic Weapons Facility Atlantic (SWFLANT), is seeking a firm fixed-price contract for temporary berthing duty rooms, which are essential for accommodating personnel in a secure environment. The Navy Exchange Service Command is identified as the sole vendor capable of meeting the facility's specific security and operational requirements, leading to a single-source solicitation under FAR regulations. Interested vendors are encouraged to express their interest and demonstrate their capability by September 23, 2024, while all communications must be conducted via email to the SPK12 Contracts/Procurement Division at SPK12CONTRACTS@SWFLANT.NAVY.MIL. Vendors must also register with the System for Award Management (SAM) to participate in this procurement process.
    Maxwell AFB - AFJROTC Uniform Items BPA
    Active
    Dept Of Defense
    The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base, is seeking proposals for the establishment of multiple Blanket Purchase Agreements (BPAs) to supply uniform items for the Air Force Junior Reserve Officer Training Corps (AFJROTC). The procurement aims to consolidate the supply of over 89 mandatory uniform items for approximately 125,000 cadets across 870+ locations, ensuring timely delivery of essential educational materials and uniforms. This initiative is crucial for maintaining uniformity and recognition within the AFJROTC program, which plays a significant role in character development and community service among cadets. Interested small businesses must submit their proposals by September 23, 2024, with a maximum spend of $250,000 for contracting officers and $25,000 for representatives per call, and the ordering period will extend from September 30, 2024, to September 29, 2029. For further inquiries, contact Nathan A. Kercher at nathan.kercher.1@us.af.mil or Mark K. Restad at mark.restad.1@us.af.mil.
    Horticulture Combined Synopsis/Solicitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the 42nd Contracting Squadron at Maxwell Air Force Base (AFB) in Montgomery, Alabama, is seeking proposals for horticultural and landscaping services under solicitation number F2X3CE4185AQ01. The contractor will be responsible for non-personal services that include landscape design, greenhouse management, and grounds maintenance, aimed at enhancing the aesthetic appeal and safety of the installation. This opportunity is a total small business set-aside, and proposals must adhere to Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulations (DFARS), with a firm-fixed price contract expected to be awarded. Interested contractors should submit their proposals by September 27, 2024, following a site visit on September 19, 2024, and can direct inquiries to Jordan Johnson at jordan.johnson.49@us.af.mil or Darrell C. Ladnier at darrell.ladnier@us.af.mil.
    JUBJ 23-4636 REPLACE CHILLERS B872,873, 874, and 863 (Solicitation)
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the replacement of chillers in buildings B872, B873, B874, and the B863 Youth Center at Maxwell Air Force Base in Montgomery, Alabama, under project number JUBJ 23-4636. The project entails the removal of existing chillers and installation of new systems, requiring compliance with environmental regulations and a phased approach to minimize disruption during the 480-day construction period. This initiative is crucial for modernizing facility infrastructure and ensuring operational reliability while adhering to safety and environmental standards. Interested contractors must submit sealed bids with an estimated budget between $1,000,000 and $2,000,000, and can contact SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or 334-953-3879 for further details.
    MROTC Restroom Trailer BPA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a Restroom Trailer BPA for lease or rental of equipment-toiletries. The service/item being procured is a mobile restroom trailer, typically used for providing restroom facilities in outdoor or temporary event settings. The procurement will take place in Oklahoma City, OK, USA. For more information, contact Tanner Mullins at tanner.mullins.1@us.af.mil.
    GENERAL CONSTRUCTION - MULTIPLE AWARD TASK ORDER CONTRACT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Multiple Award Task Order Contract (MATOC) for general construction projects at Maxwell Air Force Base and associated sites in Alabama. This procurement aims to establish a firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract for a range of construction services, including design, repair, alteration, and demolition of facilities, with a total contract ceiling of $19,999,031.25. The selected contractors will be responsible for executing various task orders that may involve multiple disciplines in construction and design, reflecting the government's commitment to enhancing infrastructure while ensuring compliance with safety and environmental regulations. Proposals are due by 12:00 PM local time on September 13, 2024, and interested parties must ensure they are registered in the System for Award Management (SAM) and meet the small business eligibility criteria. For further inquiries, contact Dartamien "Dee" Brown at dartamien.brown.1@us.af.mil or Shamekia Williams at shamekia.williams.1@us.af.mil.