RSD Lodging
ID: W50S9C24QA0006Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N4 USPFO ACTIVITY VTANG 158SOUTH BURLINGTON, VT, 05403-5867, 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 requires temporary lodging solutions for its personnel affiliated with the 158th Vermont Air National Guard's Fighter Wing. This small business set-aside procurement seeks a firm-fixed-price contract for a one-year period, from September 2024 to August 2025, with the possibility of extension.

    The primary objective is to secure flexible lodging accommodations within a 10-mile radius of the 158th Fighter Wing, South Burlington, Vermont, to address the unit's varying monthly demands. The requirement fluctuates between 55 and 182 room nights per month, primarily consisting of double rooms but also including a smaller number of single rooms.

    The chosen contractor will provide non-smoking, fully furnished, and well-maintained accommodations, ensuring compliance with Vermont's health and safety regulations. They must have the flexibility to adapt to the changing needs of the National Guard and offer competitive pricing for the required room blocks. The government will share occupant rosters 15 days prior to check-in, and the contractor will manage check-in and check-out processes.

    The contract will be awarded based on technical capability, past performance, and price. Offerors should submit their quotes, including pricing details and relevant experience, in a simplified format by the deadline. The government emphasizes the importance of a streamlined submission process and will evaluate technical understanding, likelihood of successful performance, and pricing structure.

    Interested parties should submit their applications by the 1:00 p.m. EST deadline on August 7, 2023. For clarity, the government requests that submissions be organized according to the provided instructions in the solicitation document. Any questions regarding this opportunity should be directed to the Contracting Officer, Kristen Lucey, or the Contract Specialist, James Yoshikawa, using the provided email addresses.

    Files
    Title
    Posted
    The Vermont Air National Guard's 158th Fighter Wing is seeking lodging accommodations for specific dates from September 2024 through August 2025, with an option to extend services beyond the initial contract term. The procurement objective is to secure rooms for single and double occupancy, with the quantities varying depending on the month. For instance, in September 2024, they require 20 double rooms and 10 single rooms for the first Friday and Saturday, totaling 55 double rooms and 10 single rooms for the month. Similar patterns are followed for the subsequent months, with the highest demand in December 2024 and June 2025, requiring a total of 182 room nights (55 doubles and 10 singles for two days each). The specific lodging rates are not disclosed in this attachment, but the total monthly price for each room type is left to be filled in, indicating that this will be a critical factor in the procurement decision. The attachment also includes standard contract clauses related to extending services beyond the initial term. While contract details are sparse, this RFP emphasizes the need for flexible and responsive lodging services to meet the varying monthly demands of the 158th Fighter Wing. Vendors capable of offering competitive rates for these room blocks on the specified dates will be well-positioned for this opportunity.
    The Vermont Air National Guard seeks lodging services for its members due to the absence of adequate on-site accommodations. The contract will span one year, from September 2024 to August 2025. Lodging facilities must be located within a 50-mile radius of the Vermont Air National Guard base and offer non-smoking, fully-furnished units with essential amenities and compliant with Vermont's health and safety standards. The contractor will provide all necessary personnel and resources, maintaining high standards of cleanliness, security, and comfort. They will also prioritize workforce stability and ensure uninterrupted performance. The Government will provide a roster of occupants with check-in and check-out dates 15 days in advance. The contractor must also adhere to quality control and assurance measures, with the Government evaluating performance through a Quality Assurance Surveillance Plan. Key dates include the submission of the Quality Control Plan within 10 days of contract award and periodic progress meetings with the Contracting Officer. The estimated workload data is provided for reference, indicating the expected number of single and double occupancy days each month.
    The provided file details a government solicitation for a firm-fixed-price contract to procure lodging services for 50+ rooms per month. The solicitation is open to small businesses, with a North American Industry Classification System (NAICS) code of 721110 and a small business size standard of 500 employees. The submission deadline for quotes is August 7, 2023, and the government intends to evaluate offers without discussions. The evaluation factors for award are technical capability, past performance, and price, with the government seeking the most advantageous offer. The technical capability and past performance of the offeror will be assessed to determine their understanding of the requirements and the likelihood of successful performance. Price evaluation will determine reasonableness, completeness, and the presence of unbalanced pricing. The contract will be awarded to a responsible offeror capable of satisfactorily performing the tasks and delivering the required services on time. The contract incorporates various clauses and provisions by reference, including those related to definitions, gratuities, the System for Award Management, representations and certifications, and more. The file also includes detailed instructions for offerors, with specific requirements for quote submission, content, and organization.
    This Q&A session provides insights into the government's procurement objectives for temporary lodging arrangements, with a focus on flexibility and proximity to the 158th Fighter Wing. The government seeks accommodations for various groups, as indicated by the Request for Quotation (RFQ) and the addendum to 52.212-1, with a total of 75 double rooms needed for a single-day rental on specific dates in September 2024. Central AC is acceptable, and checkout is expected by Sunday for each reservation. The contract will be awarded based on pricing, technical capabilities, and past performance, with a total value of $167,367.20 to the incumbent, S365, Inc., serving as a reference point. Vendors are directed to submit pricing using the provided worksheet and technical and past performance information in PDF or Word format. This procurement process emphasizes simplicity and a streamlined submission process, with Form 1449 not being required. The clarification on the radius reinforces the preference for lodging facilities within a 10-mile radius of the 158th FW.
    Lifecycle
    Title
    Type
    RSD Lodging
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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 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.
    V231--(S) 442 Veteran Lodging Service (VA-25-00007226)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for Veteran Lodging Services under solicitation number 36C25925Q0029, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract aims to provide off-site lodging accommodations for veterans traveling to the Cheyenne VA Medical Center for medical appointments, requiring a minimum of five ADA-compliant hotel rooms daily within ten miles of the facility. This initiative underscores the VA's commitment to supporting veteran welfare by ensuring accessible lodging options, with the contract set to run from November 1, 2024, to October 31, 2029. Interested parties must submit their proposals by October 24, 2024, and direct inquiries to Contracting Officer Danielle Kramer at danielle.kramer@va.gov or 303-712-5725.
    Short Term Lodging, Fort Eisenhower, GA
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking quotations for short-term commercial lodging accommodations near Fort Eisenhower, Georgia, for the period from October 30 to November 3, 2024. The procurement requires vendors to provide both single and double occupancy rooms, ensuring high standards of room quality, internet and cable access, and adherence to safety features. This opportunity is crucial for supporting military personnel during their travel, emphasizing the importance of quality lodging services. Interested vendors must comply with the Department of Defense's System for Award Management (SAM) registration and submit their quotes, with a focus on best pricing and technical acceptability. For further details, vendors can contact Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com.
    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).
    V231--Hoptel Lodging Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for Hoptel Lodging Services, aimed at providing motel accommodations for veteran beneficiaries in need of temporary lodging while attending medical appointments. The procurement seeks to secure approximately 250 rooms annually, with a base contract period from December 1, 2024, to November 30, 2025, and four additional one-year options, ensuring compliance with Federal Acquisition Regulation (FAR) standards. This initiative is crucial for enhancing the accessibility of lodging for veterans, thereby alleviating their hardships and reducing government spending by utilizing non-VA hotels near the Carl Vinson VA Medical Center in Dublin, Georgia. Interested vendors, particularly service-disabled veteran-owned small businesses (SDVOSB), must submit their quotes electronically by October 18, 2024, at 11:00 AM ET, and can direct inquiries to Contracting Officer Lasonja Harvey at lasonja.harvey@va.gov or by phone at 478-272-1210 x3112.
    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.