TEXAS ARMY NATIONAL GUARD: LODGING BPA AUSTIN, TEXAS
ID: W912L125Q1001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N2 USPFO ACTIVITY TX ARNGAUSTIN, TX, 78763-5218, 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 Texas Army National Guard (TXARNG) is seeking to establish multiple Blanket Purchase Agreements (BPAs) for commercial lodging services in Austin, Texas, specifically targeting small businesses. The primary objective is to provide lodging for authorized personnel during Regularly Scheduled Drill weekends and Annual Training exercises, with accommodations required within a 30-mile radius of Camp Mabry. This procurement is crucial for ensuring that government personnel have access to quality lodging during official duties, thereby supporting operational readiness. Interested contractors must submit their quotes using the provided Quote Sheet and ensure compliance with federal regulations, with a submission deadline to be confirmed. For further inquiries, potential bidders can contact Mary Lockett at mary.l.lockett.civ@army.mil or call 512-782-1791.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines a Blanket Purchase Agreement (BPA) for lodging services to the Texas Army National Guard at Camp Mabry, Texas. The BPA facilitates the rental of rooms on an as-needed basis for authorized personnel during Unit Training Assembly (UTA) periods, with the contractor responsible for providing single and double occupancy non-smoking rooms that meet federal, state, and local standards. Key requirements include the lodging facility's proximity within 30 miles of guard armories, compliance with fire and safety codes, and specifications for room conditions, safety features, and amenities. The contractor must provide 24/7 check-in services, housekeeping, and management that adheres to professional standards. Additionally, the contractor is accountable for invoicing procedures and ensuring no unauthorized personnel check in under this agreement. The BPA duration spans up to five years, with specific deliverables and pricing structures aligned with government regulations. Inspections and quality assurance processes are established to monitor compliance. Overall, the SOW emphasizes streamlined procurement, quality accommodation, and accountability for government personnel's lodging needs during official duties.
    The document is a Request for Proposal (RFP) for a Lodging Blanket Purchase Agreement (W912L1-25-Q-1001). It outlines the requirements for lodging services for a tentative five-year period, emphasizing the need for contractors to provide pricing information and facility details according to specific quality criteria outlined in the Statement of Work (SOW). The RFP includes various descriptions related to single and double occupancy room rates, availability for specific weekends, and special event pricing, although many entries indicate "TBD" for pricing and zero availability of rooms on Friday and Saturday evenings. Key details such as net payment terms of 30 days, shipping terms being FOB destination, and the responsibility of the contractor to furnish items and services are included. The document calls for comprehensive descriptions of proposed hotel properties and a comparative analysis against minimum requirements to ensure quality service. This RFP is part of a broader government initiative to secure lodging services, underscoring the importance of adhering to federal guidelines and the provision of necessary certifications. Overall, it serves to gather competitive bids while ensuring compliance with federal contracting standards.
    The Texas Army National Guard is seeking to establish a Blanket Purchase Agreement (BPA) for commercial lodging within a 30-mile radius of select armories or training sites near Austin, Texas, targeted specifically at small businesses. The BPA is structured to have a five-year period, allowing a minimum order value of $0 and a maximum of $250,000.00. The agreement pertains exclusively to authorized government personnel traveling on official business. Interested bidders must submit quotes via the provided Quote Sheet, ensuring validity for at least 60 days. The government will evaluate offers based on price, availability, and quality, emphasizing the potential for multiple BPAs to be awarded based on best value rather than solely the lowest bid. Compliance with various Federal Acquisition Regulation (FAR) provisions and Defense Federal Acquisition Regulation Supplement (DFARS) clauses is mandated. Submissions and communication regarding this solicitation should be directed to the designated USPFO email, with stipulations that all inquiries must be made at least two business days before the quote deadline. The BPA's aim is to facilitate efficient lodging arrangements consistent with Army National Guard operational needs while fostering small business engagement in government contracting.
    This document serves as an amendment to a solicitation regarding lodging requirements for the Texas Army National Guard. It outlines the procedure for acknowledging receipt of the amendment and highlights specific details relevant to potential contractors. Key points include that the amendment adds locations and answers frequently asked questions from offerors. Notably, it clarifies that this solicitation is for new requirements, outlines the preferred payment method using a Government Purchase Card, and specifies the estimated number of parking spaces needed. The document also emphasizes that while complimentary breakfast is encouraged, it is not required. Furthermore, potential contractors should quote prices for specific locations among Austin, Gatesville, San Antonio, and Killeen, with no need to quote all locations. The anticipated performance period spans five years, starting as early as October 31, 2024. Lastly, it confirms that hotels must meet specific fire and safety codes as mandated for federal government accommodations. Overall, this amendment facilitates clearer communication for contractors regarding necessary requirements and expectations in the bid process.
    This document pertains to Amendment 0002 of a solicitation for lodging services by the Texas Army National Guard. It outlines the requirements for offers to acknowledge receipt of the amendment by specified methods to prevent rejection of submissions. The amendment includes a series of questions and answers regarding the lodging needs. Key details indicate that rooms will be required monthly starting October 31, 2024, with the number varying per call without set minimums or maximums. No upfront costs are associated with the solicitation, and there’s no existing budget or incumbent contractor. Additionally, properties must be set up in the PIEE/WAWF payment system for invoicing purposes. All amendments necessitate signatures per provided instructions to validate proposals. The amendment retains all other previously stated terms and conditions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    TEXAS ARMY NATIONAL GUARD LODGING BPA - SOUTH TEXAS
    Active
    Dept Of Defense
    The Texas Army National Guard (TXARNG) is seeking to establish multiple Blanket Purchase Agreements (BPAs) for commercial lodging services in South Texas, specifically within a 30-mile radius of designated armories or training sites. The primary objective is to provide accommodations for personnel during Regularly Scheduled Drill weekends and Annual Training exercises, ensuring compliance with safety and quality standards as outlined in the Statement of Work. This opportunity is exclusively set aside for small businesses under the NAICS code 721110, with a maximum order value of $250,000 over a potential five-year performance period. Interested vendors must submit their quotes using the designated Quote Sheet within 60 days and ensure active registration in the System for Award Management (SAM). For further inquiries, contact Ricardo Gamez at ricardo.gamez2.civ@army.mil or (512) 782-5131.
    TEXAS ARMY NATIONAL GUARD: LODGING BPA - NORTH TEXAS
    Active
    Dept Of Defense
    The Texas Army National Guard, under the Department of Defense, is seeking qualified small businesses to establish multiple Blanket Purchase Agreements (BPAs) for commercial lodging services in North Texas. The primary objective is to provide lodging accommodations for personnel during Regularly Scheduled Drill weekends, Annual Training, and other mandated field exercises within a 30-mile radius of designated training sites. This procurement is crucial for ensuring that National Guard members have access to safe and reliable lodging while fulfilling their operational duties. Interested contractors must submit their quotes using the provided Quote Sheet and ensure compliance with all Federal Acquisition Regulations, with a maximum BPA capacity estimated at $250,000 over a potential five-year term. For further inquiries, contact Ricardo Gamez at ricardo.gamez2.civ@army.mil or (512) 782-5131, and ensure registration in the System for Award Management (SAM) prior to submission.
    TEXAS ARMY NATIONAL GUARD LODGING BPA - EAST TEXAS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Texas Army National Guard (TXARNG), is seeking qualified small businesses to provide commercial lodging services through a Blanket Purchase Agreement (BPA) for personnel during training and drill weekends. The procurement aims to secure lodging facilities within a 30-mile radius of designated training sites in Fort Worth, Grand Prairie, and Denton, Texas, ensuring compliance with federal, state, and local standards while offering essential amenities. This opportunity is crucial for supporting the operational needs of military personnel, with a total budget limit of $250,000 and a performance period of up to five years. Interested contractors must submit their quotes and any inquiries to the designated government contacts by the specified deadline, ensuring they are registered in the System for Award Management (SAM).
    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.
    730th IDT lodging
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide commercial lodging services for the South Dakota National Guard in Vermillion, SD, during drill weekends. The requirement includes an estimated 374 lodging rooms per year, primarily needed for one weekend each month, with the potential for additional requests on select days. This procurement is crucial for supporting the operational readiness of the National Guard and will be conducted as a total small business set-aside, resulting in a Firm Fixed Price Award. Interested parties must submit their offers via email to Tyler Pringle by 25 October 2024 at 12:00 PM Mountain Daylight Time, with the performance period anticipated to begin on 1 December 2024 and extend through 30 November 2025, including two option years.
    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.
    740th IDT Lodging
    Active
    Dept Of Defense
    The Department of Defense, specifically the South Dakota National Guard, is seeking a contractor to provide commercial lodging in Aberdeen, SD, during drill weekends, with an estimated requirement of 408 rooms per year. The lodging services are expected to be utilized primarily over one weekend each month, although requests may arise on other days for select individuals. This procurement is crucial for supporting the operational readiness of the National Guard and will be conducted as a total small business set-aside, with a tentative performance period from December 1, 2024, to November 30, 2025, including two option years. Interested parties must submit their offers via email to Tyler Pringle by October 18, 2024, at 12:00 PM Mountain Daylight Time.
    147th Band IDT lodging
    Active
    Dept Of Defense
    The Department of Defense, specifically the South Dakota National Guard, is seeking a contractor to provide commercial lodging in Mitchell, SD, during drill weekends. The requirement includes an estimated 200 lodging rooms per year, primarily for one weekend each month, with the potential for additional requests on select days. This procurement is crucial for supporting the operational readiness of the National Guard personnel. Interested small businesses must submit their offers via email to Tyler Pringle by 18 October 2024 at 12:00 PM Mountain Daylight Time, with the contract expected to commence on 1 December 2024 and run through 30 November 2025, including two optional periods.
    155th EN CO IDT lodging
    Active
    Dept Of Defense
    The Department of Defense, specifically the South Dakota National Guard, is seeking a contractor to provide commercial lodging in Wagner, SD, during drill weekends, with an estimated requirement of 385 rooms per year. The lodging services are expected to be utilized primarily over one weekend each month, although requests may arise on other days for select individuals. This procurement is crucial for supporting the operational readiness of the National Guard and will be conducted as a total small business set-aside, resulting in a Firm Fixed Price Award. Interested parties must submit their offers via email to Tyler Pringle by 25 October 2024 at 12:00 PM Mountain Daylight Time, with the performance period anticipated to commence on 1 December 2024 and extend through 30 November 2025, including two option periods.
    Lodging and Transportation Management Services at the National Guard Professional Education Center (PEC) at Camp Joseph T. Robinson in North Little Rock, Arkansas 72199.
    Active
    Dept Of Defense
    The Department of Defense, through the Arkansas Army National Guard, is seeking qualified small businesses to provide Lodging and Transportation Management Services at the National Guard Professional Education Center (PEC) located at Camp Joseph T. Robinson in North Little Rock, Arkansas. The contractor will be responsible for managing front desk operations, housekeeping, and transportation for guests at the PEC, ensuring a clean and professional environment while adhering to specific service and quality control standards. This opportunity is critical for supporting the PEC's mission, as it involves maintaining high levels of customer service and compliance with government regulations. Interested contractors are encouraged to submit a capability statement to Ralph Grinnell at ralph.d.grinnell.civ@army.mil by the specified deadlines, with the initial period of performance anticipated from June 1, 2025, to May 31, 2026, and four additional option years expected.