Lodging BPA
ID: W50S7F25Q0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NG USPFO ACTIVITY MNANG 148DULUTH, MN, 55811-6012, 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 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.

    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for a Lodging Blanket Purchase Agreement (W50S7F25Q0001) issued by the federal government, specifically for lodging services during specific seasonal periods. It specifies the terms of performance, covering the base period from December 1, 2024, to November 30, 2025, and includes shipping conditions of FOB Destination. The RFP requires potential bidders to provide detailed information about hotel properties, including descriptions of services and furnishings according to specified standards. Key pricing information is noted, though unit prices for lodging options are listed as $0.00 pending confirmation. Availability details for single and double occupancy rooms for both winter and summer seasons are highlighted, indicating an interest in Friday and Saturday availability. The RFP is structured to assess the quality of the lodging offered against the minimum requirements set out in the associated Statement of Work (SOW). It aims to facilitate a competitive bidding process, ensuring compliance with federal acquisition regulations and emphasizing the need for thorough documentation for evaluation. The emphasis on quality and compliance illustrates the government's focus on providing suitable accommodations for participants involved in federal programs and initiatives.
    The solicitation outlines the government's intent to establish one or more Blanket Purchase Agreements (BPAs) for commercial lodging near the 148th Fighter Wing in Duluth, MN. This initiative is fully set aside for small businesses, with the applicable NAICS code being 721110. The BPAs will have a maximum value of $250,000 and a performance period of up to five years, focusing on providing lodging for government personnel on official business. Interested businesses must submit quotes using the specified Quote Sheet, ensuring validity for at least 60 days. The proposals will be evaluated based on a Best Value approach considering price, availability, and quality, with an emphasis on adherence to established government rates and preferences for competitive lodging prices. Additionally, all participating entities must have an active registration in the System for Award Management (SAM) and comply with various federal acquisition regulations and clauses laid out in the document. The process also encourages small business participation, specifically those that are service-disabled veteran-owned, women-owned, or located in historically underutilized business zones, to enhance broader economic inclusion within federal contracting.
    The Statement of Work outlines the requirements for a Blanket Purchase Agreement (BPA) for lodging services for the Minnesota Air National Guard in Duluth, MN. This agreement facilitates the on-demand rental of lodging for authorized personnel during National Guard activities, specifically during Regularly Scheduled Drill (RSD) periods. The contractor must provide adequate non-smoking accommodations, with a minimum requirement for 10 single and 10 double occupancy rooms during RSD weekends. The lodging must comply with federal, state, and local safety standards, including proper facility furnishing, room maintenance, and essential amenities. Services such as 24/7 check-in, wake-up calls, and luggage assistance are to be offered. The contract specifies a performance period of up to five years, with defined pricing standards for room rentals, ensuring the government's costs are competitive. It also outlines cancellation procedures, invoicing protocols, and quality assurance measures to ensure compliance with the BPA terms. This document serves as a structured guideline for conducting and managing lodging services within the established compliance framework, reflecting the government's need for efficient procurement processes tailored for military personnel accommodation.
    The document outlines a Blanket Purchase Agreement (BPA) for lodging services for the 148th Fighter Wing, effective from December 1, 2024, to November 30, 2029. The supplier is obligated to provide accommodations that meet established quality standards, including amenities like internet access and room safety. The Government's liability is limited to actual authorized purchases, with individual orders capped at $250,000. Authorized personnel are designated to place orders, which must follow specific reservation procedures and invoicing protocols based on the call amount. Performance will be monitored by a designated Quality Manager, with annual inspections and formal complaint processes established to ensure service quality. The pricing structure mandates that charges to the Government must not exceed the current GSA per diem rates, and the Government is exempt from state and local taxes. The BPA signifies an efficient approach to manage lodging needs while maintaining regulatory compliance and quality assurance.
    Lifecycle
    Title
    Type
    Lodging BPA
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    HDCSO Hotel Lodging FY25 - FY29
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking local hotels to provide lodging services for government personnel at Fort Leonard Wood, Missouri, from November 29, 2024, to November 28, 2029. The procurement aims to establish Blanket Purchase Agreements (BPAs) for fully furnished hotel accommodations when on-post lodging is unavailable, ensuring compliance with health and safety standards while maintaining a maximum nightly rate of $110. This initiative is crucial for supporting military personnel during in-processing and training, with a total estimated contract value of $8.5 million and individual orders capped at $2.5 million in the first year and $1.5 million in subsequent years. Interested hotels must be registered with SAM.gov and can contact Maria-Elisa Trinidad at maria-elisa.trinidad.civ@army.mil or Alfreda M. Dupont at alfreda.m.dupont2.civ@army.mil for further details.
    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.
    TEXAS ARMY NATIONAL GUARD: LODGING BPA AUSTIN, 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 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.
    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).
    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.
    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.
    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.
    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.
    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.