15 Hotel Rooms for Six Nights in Port Canaveral, Florida
ID: N6278925Q0007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSUP OF SHIPBUILDING GROTONGROTON, CT, 06340-4990, 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 Department of the Navy, is seeking proposals for hotel accommodations during a port visit to Port Canaveral, Florida. The procurement requires up to 15 double-occupancy hotel rooms for a six-night stay, equipped with standard amenities and located within a 20-mile radius of the port, adhering to the March 2025 GSA per diem rates. This opportunity is crucial for supporting personnel logistics during military operations, ensuring comfortable and compliant lodging arrangements. Interested vendors must comply with federal contracting regulations, including registration in the System for Award Management (SAM), and can contact Kyle Berg at kyle.r.berg3.civ@us.navy.mil or Stephanie Neale at stephanie.l.neale.civ@us.navy.mil for further details.

    Files
    Title
    Posted
    The document is a U.S. Department of Labor Wage Determination for contractors subject to the Service Contract Act in Brevard County, Florida. It outlines wage rates and fringe benefits mandated for various occupations as of the last revision dated December 23, 2024. Contractors must adhere to minimum wage requirements based on Executive Orders 14026 and 13658, with rates adjusted annually. For contracts entered after January 30, 2022, the minimum wage is $17.75 per hour for covered workers, while earlier contracts retain a minimum of $13.30 per hour. The document lists numerous occupations along with corresponding wage rates and specifies that fringe benefits, including health and welfare, vacation, and holidays, must be provided. Furthermore, it notes the application of Executive Order 13706, which requires paid sick leave for eligible employees. Additional guidance for contracting officers on conformance requests is included, facilitating the classification of unlisted job types. Overall, the document aims to ensure fair compensation and employee protections under federal contracts, reflecting compliance with labor standards.
    The document is a Request for Proposal (RFP) issued by the Supervisor of Shipbuilding Conversion and Repair (SSGR) in Groton, CT, seeking hotel accommodations for personnel during a port visit to Port Canaveral, FL. The RFP specifies a need for up to 15 double-occupancy hotel rooms for a six-night stay, equipped with standard amenities such as two beds, local calling, and cable TV, within a 20-mile radius of the port. The proposal must comply with March 2025 GSA per diem rates. The evaluation criteria focus on cost, proximity to the ship, and room specifications, with awards given to the lowest price technically acceptable responses. The document encompasses standards related to contracting practices, including mandatory registration in the System for Award Management (SAM) and contract clauses adhering to the Federal Acquisition Regulation (FAR) and Defense FAR Supplement (DFARS). It highlights organizational conflict of interest clauses and specifies that the Government reserves rights for contract modifications and terminations. Overall, the RFP outlines requirements and conditions for hotel service providers, ensuring compliance with federal procurement regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USCG Cherry Point Berthing
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for berthing services at MCAS Cherry Point, North Carolina, for Reservists on Active-Duty Training from April 26 to May 10, 2025. The contractor is required to provide a total of 45 rooms, including 32 double occupancy rooms and 13 additional double occupancy rooms, all within 25 miles of the base, ensuring a secure environment with a minimum three-star rating and 24/7 front desk services. This procurement emphasizes the importance of providing adequate and secure accommodations for military personnel during training, while adhering to specific cost and service guidelines. Interested parties should contact Yvett R. Garcia at Yvett.R.Garcia@uscg.mil for further details, as this opportunity is set aside for small businesses under the SBA regulations.
    USCG Cape Cod ADT Berthing
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals from qualified small businesses for berthing accommodations at Joint Base Cape Cod, Massachusetts, during the Active-Duty Training period from April 25 to May 10, 2025. The contract requires the provision of 25 rooms within an 18-mile radius of the base, ensuring that all personnel are housed in one location, with a minimum three-star rating for the lodging facility. This procurement is critical for supporting the operational efficiency of Reservists during their training exercises, emphasizing compliance with the Women-Owned Small Business program and specific security requirements. Interested parties must submit their offers by March 6, 2025, and can contact Yvett R. Garcia at Yvett.R.Garcia@uscg.mil for further information.
    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.
    Lodging for Regularly Scheduled Drills-March 5-25-P.R. Air National Guard
    Buyer not available
    The Department of Defense, specifically the Puerto Rico Air National Guard's 156th Wing, is seeking lodging services for Regularly Scheduled Drills (RSD) from March 5 to 25, 2025, in the San Juan-Isla Verde area. The procurement is set aside for small businesses under NAICS Code 721110, requiring accommodations that include 25 double rooms and 24 single rooms, with adherence to Department of Defense travel rates and quality standards. This contract is crucial for ensuring the operational readiness of military personnel during training events, emphasizing compliance with health protocols and quality assurance measures. Proposals are due by February 24, 2025, and interested vendors should contact Angel F. Solis at angel.solis.2@us.af.mil or 787-253-5238 for further details.
    Z--REQUEST FOR INFORMATION AND INDUSTRY FORUM FOR DEPARTMENT OF NAVY LODGING PRIVATIZATION
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is requesting information and industry forum for the Department of Navy Lodging Privatization. This request for information (RFI) is for informational and planning purposes only and is not a request for proposal or commitment of any kind. The government does not intend to award a contract solely based on this RFI. The RFI is being issued via Federal Business Opportunities and Navy Electronic Commerce Online. Interested parties should check the websites periodically for any amendments or updates to this notice. The attachments provide additional details, including the industry forum registration form and RFI questions.
    V--NAVY LODGING FOR LCSRON 2
    Buyer not available
    Combined Synopsis/Solicitation DEPT OF DEFENSE NAVY LODGING FOR LCSRON 2 The Department of Defense, specifically the Department of the Navy, is seeking Navy lodging services for LCSRON 2. Navy lodging is typically used to provide temporary accommodations for Navy personnel and their families during deployments, training exercises, or other official duties. The procurement is being conducted by the NAVSUP FLT LOG CTR JACKSONVILLE office. The notice falls under the category of TRANSPORT, TRAVEL, RELOCATION with a PSC code of V. For more information, please contact Timothy Merkerson at 904-542-0631.
    Commercial Lodging BPA - Peterson SFB
    Buyer not available
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified contractors to establish Blanket Purchase Agreements (BPAs) for commercial lodging services near Peterson Space Force Base in Colorado. The procurement aims to provide single and double occupancy hotel or motel accommodations for military personnel, ensuring compliance with specific performance standards, including security, sanitation, and 24-hour check-in services. This initiative is crucial for supporting the lodging needs of Air Reserve Airmen during training weekends and other assignments. Interested vendors must submit their quotes by November 25, 2029, and adhere to the established guidelines, including compliance with GSA per diem rates. For further inquiries, potential bidders can contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil.
    Lodging-in-Kind and Meals for Home Station Active Duty for Mobilization to support Military Service Members of the 377th Military Police Company
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide lodging-in-kind and meals for the 377th Military Police Company during their mobilization from March 29 to April 1, 2025, in Cincinnati, OH. The contract requires securing double occupancy lodging within a 30-mile radius of the unit's location, along with the provision of 171 meals across breakfast, lunch, and dinner for 19 personnel, adhering to Army Regulation guidelines and accommodating dietary restrictions. This procurement is crucial for ensuring the logistical support and operational readiness of military personnel during their mobilization period. Interested vendors can contact Polia Quiles at polia.m.quiles.civ@army.mil or 520-687-1420, or Katie J. Lyons at katie.j.lyons.civ@mail.mil or 609-562-3535 for further details.
    935th AT Lodging
    Buyer not available
    The Department of Defense, specifically the Georgia Army National Guard (GAANG), is seeking proposals for lodging services to support its aviation maintenance training scheduled from March 1-14, 2024, at the Aviation Classification & Repair Activity Depot (AVCRAD) in Springfield, Missouri. The contractor must provide accommodations within 10 miles of the facility, including three single-occupancy and fifteen double-occupancy rooms, totaling 432 room nights, along with daily breakfast and parking at no charge. This procurement is crucial for ensuring that the training logistics meet military standards, emphasizing the importance of quality lodging services for military personnel. Interested vendors must submit their proposals by 7:00 AM on February 24, 2025, and can contact Ladell Holmes at ladell.d.holmes2.civ@army.mil or Gregory Hoffman at gregory.d.hoffman2.civ@army.mil for further information.
    129 RQW - CY25 Drill Lodging
    Buyer not available
    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.