Intent to Issue an In-License Supplemental Agreement
ID: DACA65-9-20-046-SA6Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NORFOLKNORFOLK, VA, 23510-1096, USA

NAICS

Other Activities Related to Real Estate (531390)

PSC

LEASE/RENTAL OF OTHER RESIDENTIAL BUILDINGS (X1FZ)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army, intends to sign a Supplemental Agreement with Rest Easy LLC to extend the term of an In-License for providing on-post lodging to U.S. Army Reserve students engaged in Institutional Training across multiple military installations. The installations include Joint Base San Antonio, Fort Novosel, Fort Sill, Fort Leavenworth, and several others, highlighting the critical need for reliable lodging services for military personnel. Other responsible sources capable of providing similar lodging services are encouraged to submit a capability statement, proposal, or quotation by the deadline of 5:00 P.M. Eastern Standard Time on March 3, 2025, with correspondence directed to Caroline C. F. McCown at the U.S. Army Engineer Corps of Engineers, Norfolk District.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Intent to Issue an In-License Supplemental Agreement
    Buyer not available
    The Department of Defense, specifically the U.S. Army, intends to sign a Supplemental Agreement with Rest Easy LLC to extend the term of an In-License for on-post lodging services for U.S. Army National Guard students engaged in Institutional Training across multiple military installations. The Army has determined that Rest Easy LLC is the only responsible source capable of fulfilling this requirement, which includes providing lodging at installations such as Joint Base San Antonio, Fort Novosel, and Fort Belvoir, among others. Other potential providers of on-post lodging services are invited to submit capability statements, proposals, or quotations for consideration. Interested parties must submit their comments in writing or via email to Caroline C.F. McCown by 5:00 P.M. EST on March 3, 2025, at caroline.c.mccown@usace.army.mil.
    Intent to Issue an In-License Supplemental Agreement
    Buyer not available
    The Department of Defense, specifically the U.S. Army, intends to sign a Supplemental Agreement with Rest Easy LLC to extend the term of an In-License for providing on-post lodging to Active Duty students engaged in Institutional Training across multiple military installations. The Army has determined that Rest Easy LLC is the only responsible source capable of fulfilling this requirement, which includes installations such as Joint Base San Antonio, Fort Novosel, and Fort Belvoir, among others. Other responsible sources interested in providing similar lodging services are encouraged to submit a capability statement, proposal, or quotation for consideration. Interested parties must submit their comments in writing or via email to Caroline C. F. McCown by 5:00 P.M. Eastern Standard Time on March 3, 2025, at caroline.c.mccown@usace.army.mil.
    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.
    Summer Cadet Housing
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the provision of Summer Cadet Housing at West Point. This opportunity aims to identify potential vendors capable of meeting the housing needs for cadets during the summer training period. The successful contractor will play a crucial role in ensuring that cadets have adequate accommodations, which is essential for their training and overall experience. Interested parties should reach out to Dayanna Wallace at dayanna.wallace.civ@army.mil for further information regarding this sources sought notice.
    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.
    Army Career Center - Doylestown
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,958 usable square feet of commercial retail space near 99 Lantern Drive in Doylestown, Pennsylvania. The leased space must include a secondary egress and provide adequate parking for five government vehicles, both during the day and overnight, and must utilize a Government Lease. This procurement is crucial for supporting Army operations in the area, ensuring that the necessary facilities are available for personnel. Proposals are due by November 16, 2024, at 11:59 PM, and interested parties should contact Arlton Bryant Crawford Jr. at arlton.b.crawford@usace.army.mil or by phone at 410-443-1164 for further details.
    Centers of Influence Orientation Visit – Spring 2025 Lodging
    Buyer not available
    The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, is seeking lodging services for the Centers of Influence (COI) Orientation Visit program scheduled for February 24-27, 2025, in Annapolis, Maryland. The selected hotel must accommodate approximately 100 guests for three nights, providing non-smoking single-occupancy rooms, daily breakfasts, and hosting a welcome reception for 125 attendees, along with necessary shuttle and parking services. This initiative aims to engage high school educators and community leaders to enhance recruitment efforts for the U.S. Naval Academy, thereby supporting its mission to increase applicant diversity. Interested vendors should contact Godfrey Jack at godfrey.u.jack.civ@us.navy.mil or call 757-443-1621 for further details regarding the solicitation process.
    Army Recruiting Center, Norfolk, VA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for a fully-serviced lease of approximately 1,400 Gross Square Feet of office space in Norfolk, Virginia. The leased space must provide 24-hour unrestricted access, necessary communication infrastructure, and adequate parking, while complying with accessibility, fire safety, and environmental standards. This procurement is crucial for housing Army operations and ensuring efficient government functionality. Proposals are due by February 22, 2025, and interested parties can contact Marco T. Reasco at marco.t.reasco@usace.army.mil or by phone at 757-201-7871 for further information.
    Solicitation NAFBA1-24-R-0024/Campus Style Dining Venue Concession IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Campus Style Dining Venue Concession IDIQ under solicitation number NAFBA1-24-R-0024. This initiative aims to modernize dining options for Soldiers and their families, enhancing health, welfare, and morale while aligning with the U.S. Army's Holistic Health and Fitness initiatives. The selected vendor will be responsible for financing, designing, constructing, operating, and maintaining the dining venue, with a focus on providing nutritious food options and advanced technologies such as online ordering. Interested parties should contact Leslie M. Perez at leslie.m.perez9.naf@army.mil or (520) 674-2370 for further details, and must submit their proposals by April 4, 2025, at 4:00 PM CDT.
    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.