IDT LODGING TOPEKA
ID: W912JC25QA008Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M9 USPFO ACTIVITY KS ARNGTOPEKA, KS, 66611-1169, 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 Kansas Army National Guard (KSARNG), is seeking proposals for lodging services in Topeka, Kansas, under the solicitation titled "IDT LODGING TOPEKA." The contract aims to provide lodging for KSARNG units during home station individual training events, requiring an estimated 133 double-occupancy rooms per night, particularly during drill weekends. This procurement is crucial for ensuring that personnel have adequate accommodations, with the contract period set from October 1, 2025, to September 30, 2026. Interested vendors must submit their proposals by August 16, 2025, and can direct inquiries to Kristy Rubio at kristy.a.rubio.civ@army.mil or by phone at 17856460851.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for providing lodging services to the Kansas Army National Guard (KSARNG) in Topeka, KS, under a Blanket Purchase Agreement (BPA). The contract is non-personnel, ensuring the contractor manages all aspects without government supervision. The BPA will operate for one base year (2025-2026) with four additional option years, facilitating housing for training units during their stays. The contractor must deliver single and double-occupancy rooms compliant with specific standards, including cleanliness, safety, and comfort. Accommodations must be made available within 20 miles of the armory, and contractors are required to ensure that overbooking does not force personnel to relocate. The document emphasizes maintaining a trained workforce, adhering to federal quality assurance standards, and fulfilling government reporting obligations. Additional elements covered include recognized holidays, contractor responsibilities for room assignment and amenities, guidelines on employee identification, combating human trafficking, and preventing organizational conflicts of interest. The PWS lays the groundwork for quality lodging services, establishing expectations for performance and compliance with applicable regulations in the context of federal procurement processes.
    This Performance Work Statement (PWS) outlines the requirements for hotel services in Topeka, Kansas, to support the Kansas Army National Guard (KSARNG). The U.S. Property and Fiscal Office (USPFO) for Kansas intends to establish Blanket Purchase Agreements (BPAs) for lodging, with a base period of five years. The contractor must provide all necessary personnel, equipment, and materials for lodging services, excluding government-furnished items. Key requirements include providing single and double occupancy non-smoking rooms, with smoking rooms permissible if requested and available. Room reservations must be within 20 miles of the armory and ideally in a FEMA-rated hotel. Room amenities must include adequate living and sleeping areas, proper lighting, security locks, functional bathrooms, and heating/cooling. The contractor is also responsible for daily custodial services, linen changes, and maintaining clean common areas. Room rates cannot exceed GSA locality rates, though lower rates are acceptable. The document also specifies recognized holidays, contractor identification requirements, and policies against trafficking in persons and organizational conflicts of interest.
    The Performance Work Statement (PWS) outlines the requirements for a non-personnel service contract to provide hotel services in Topeka, KS, for units of the Kansas Army National Guard (KSARNG) during their training cycles. The agreement establishes blanket purchase agreements (BPAs) for a five-year period, where individual orders, with no minimum purchase obligation, will trigger funding. The contractor is responsible for providing all necessary lodging services, maintaining a stable workforce, and ensuring compliance with relevant regulations and standards while requiring no government supervision. Key details include that rooms must align with GSA locality rates and be available within 20 miles of the armory. The contractor must ensure specific living conditions, including cleanliness, safety features, and daily custodial services. Overbooking cancellations must not result in personnel being moved to other facilities. Additionally, the contractor must ensure compliance with a zero-tolerance policy on trafficking and maintain transparency regarding contractor status in dealings with government entities. Regular performance evaluations will assess the contractor’s ability to provide adequate lodging, with a clear emphasis on quality control and assurance measures.
    This document is a Q&A for solicitation W912JC25QA008, likely a federal or state RFP for lodging services. The Kansas National Guard (KSNG) requires an estimated 133 double-occupancy rooms per night, typically for drill weekends, usually the first weekend of the month. The need for rooms can vary, and a schedule will be provided to the chosen vendor. The armory is located at 2722 SW Topeka Blvd, Topeka, KS 66611. Complimentary parking is expected if it is a standard hotel inclusion. The KSNG will notify the contractor 30 days in advance for room requests, cancellations, or increases. Subcontracting is permitted. This is a new requirement, and vendors can propose their pricing for option years. Incidentals are not to be covered by guests; the unit POC must be notified. Invoices will be processed through the WAWF system. Interior room access is not explicitly required.
    This government file, document number W912JC25QA008, outlines various clauses and regulations applicable to federal government solicitations, particularly for commercial products and services. Key areas covered include requirements related to former DoD officials, whistleblower rights, safeguarding defense information, and prohibitions on certain telecommunications equipment and services from entities like Kaspersky Lab and ByteDance. The document also details procedures for payment via Wide Area WorkFlow (WAWF), including specific routing data and document types for payment requests. Furthermore, it specifies the evaluation factors for awarding contracts, focusing on technical proposals, past performance, and price, and outlines the process for offeror representations and certifications, including those related to small business concerns and foreign purchases. The overarching purpose is to ensure compliance with federal laws, executive orders, and security protocols in government contracting.
    The document outlines the terms and conditions for federal contracts under the RFP, focusing on compliance with various clauses that govern contractor responsibilities, including those related to compensation regulations for former DoD officials, safeguarding defense information, and compliance with federal statutes and executive orders. Key sections detail certification and representation requirements for contractors, evaluation criteria for offers, and specific compliance mandates regarding telecommunications equipment and cybersecurity measures related to the Federal Acquisition Supply Chain Security Act (FASCSA). The evaluation factors include technical capability, past performance, and price considerations, stressing the importance of contractor reliability and fair pricing in securing government contracts. The document underscores government priorities for small business participation, whistleblower protections, and anti-trafficking measures to ensure responsible contracting practices. Overall, it serves as a comprehensive guide for contractors to navigate the regulatory landscape associated with government procurement processes while emphasizing legal and operational integrity.
    Lifecycle
    Title
    Type
    IDT LODGING TOPEKA
    Currently viewing
    Combined Synopsis/Solicitation
    Sources Sought
    Similar Opportunities
    Hotel Lodging BPA
    Buyer not available
    The Department of Defense, specifically the Oklahoma Air National Guard, is seeking proposals for a Blanket Purchase Agreement (BPA) for hotel lodging services from January 1, 2026, to December 31, 2030. The procurement aims to establish firm-fixed price agreements with lodging vendors to provide billeting services for its members, ensuring compliance with specific requirements such as competitive pricing, private baths, air conditioning, and daily housekeeping. This initiative is crucial for accommodating personnel during training and operational activities, with a maximum call limit of $350,000 per vendor. Proposals are due by December 16, 2025, at 10:00 AM CST, and interested parties must be registered in SAM and submit completed certifications. For further inquiries, contact Kurt A Ennis at kurt.ennis.4@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.mil.
    NVANG UTA LODGING JANUARY 2025 - DECEMBER 2026
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide lodging accommodations for authorized personnel of the Nevada Air National Guard's 152d Airlift Wing from January 2025 to December 2026. The procurement requires single and double occupancy lodging within a three-mile radius of the 152d Airlift Wing located in Reno, NV, ensuring that all facilities meet public health and security standards. This contract is vital for supporting training activities and will be awarded based on best value criteria, including pricing and technical capability. Interested vendors must submit their quotes via email to the designated contacts by 10:00 AM PDT on December 17, 2025, with a firm-fixed-price contract anticipated.
    195 Wing Commercial Lodging
    Buyer not available
    The Department of Defense, specifically the California Air National Guard's 195th Wing, is seeking qualified vendors to establish multiple pre-priced Blanket Purchase Agreements (BPAs) for commercial lodging services. The objective is to provide lodging accommodations for authorized personnel during In-Active-Duty Training (IDT) status, including Regularly Scheduled Drills (RSD) and Rescheduled Drills (RD), with specific requirements for single or double occupancy non-smoking rooms. This procurement is crucial for ensuring that personnel have reliable lodging during training periods, and vendors can propose facilities across multiple locations, with quotes effective for one year and subject to annual review. Interested parties should submit their quotes via the PIEE solicitation module by December 10, 2025, and direct any questions to Carmen Ridener at carmen.ridener@us.af.mil or by phone at 530-790-8944.
    FY 26 RTI Catering
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for catering services to provide prepared breakfast, lunch, and dinner meals for the 129th Regiment (Regional Training Institute) of the Illinois Army National Guard during training events from January 2 to September 25, 2026. The contract, valued at approximately $9 million, is a small business set-aside and will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method, requiring adherence to strict food safety, sanitation, and delivery protocols as outlined in the Statement of Work. This procurement is crucial for ensuring that military personnel receive nutritious and varied meals during their training, with specific meal plans detailed in the accompanying documents. Interested vendors must submit their quotes by December 19, 2025, and can direct inquiries to Stephanie Maley at stephanie.c.maley.civ@army.mil or Donald Piper at donald.g.piper6.mil@army.mil.
    Short term lodging JBLM WA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking short-term lodging services at Joint Base Lewis-McChord (JBLM) in Washington. The procurement aims to provide accommodations for personnel, highlighting the importance of reliable lodging options for military operations and personnel support. Interested vendors can find more details and contact the primary support team at Marketplace Support via email at MarketplaceSupport@unisonglobal.com or by phone at 1.877.933.3243. There are no set-asides for this opportunity, and the NAICS code for this procurement is 721110, which pertains to hotels and motels.
    Fort Riley DFA J&A Extension
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking an extension for the ordering period of a Firm-Fixed-Price (FFP) contract for Dining Facility Attendant (DFA) services at Fort Riley, Kansas. This contract, valued at approximately $4,924,434 over a 12-month period, will support the dining needs of 16,000 Soldiers by providing services across four dining facilities, a kiosk, and a mobile food truck. The extension is projected to commence on March 1, 2023, and will utilize fiscal year 2023 Operations and Maintenance, Army funds. Interested parties can reach out to Katelyn Staats at katelyn.n.staats.civ@army.mil or Ronald Kabat at ronald.l.kabat.civ@army.mil for further information.
    FY26 CYP WINTER RETREAT
    Buyer not available
    The Department of Defense, through the United States Property and Fiscal Office for Alaska (USPFO-AK), is soliciting proposals for the rental of a recreational camp facility to host the Alaska National Guard Child & Youth Program's (AKARNG CYP) Winter Retreat from January 16-19, 2026. The selected contractor must provide lodging, meals, and specialized activities for youth aged 12-18, accommodating a total of 20 individuals with separate sleeping arrangements for males and females, as well as necessary amenities such as heated bathrooms and meeting spaces. This opportunity is crucial for supporting the developmental needs of youth in the program, ensuring a safe and engaging environment for their winter retreat. Interested parties must ensure their System for Award Management (SAM) registration is active and submit any questions by December 11, 2025, with the solicitation available electronically on the SAM website. For further inquiries, contact Michael Figueroa at michael.figueroa29.civ@army.mil or Alexis Potter at alexis.d.potter.civ@army.mil.
    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.
    RTI 13M Schoolhouse Meals
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the RTI 13M Schoolhouse Meals contract, which involves providing three daily meals for scheduled training at the Regional Training Institute in Sioux Falls, South Dakota. The contractor will be responsible for all personnel, equipment, tools, materials, supervision, and quality control necessary to deliver meal services from April 16th to November 20th, 2026. This service is crucial for supporting the training operations at the institute, and the contract will be awarded as a Firm Fixed Price under a Total Small Business Set-Aside. Interested vendors must submit their quotes via email by January 7th, 2026, and all inquiries should be directed to Andrew Kennedy by December 11th, 2025, with responses expected by December 17th, 2025.
    W912L725RA007 SMYRNA DFAC SOLICITATION 2026-2031
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for dining facility services at the Smyrna Training Site for the Tennessee National Guard, under solicitation number W912L725RA007. The contract, which is a total small business set-aside, requires the contractor to provide comprehensive food services, including meal preparation, serving, and management, while adhering to strict sanitation and security standards. This five-year firm-fixed-price contract includes a one-year base period and four optional one-year extensions, with services expected to commence in February 2026. Proposals are due by December 22, 2025, at 11:00 AM CST, and interested parties should direct inquiries to Rhonda Lien at rhonda.m.lien.civ@army.mil.