V--Chincoteague NWR Lodging (32 rooms for 92 nights)
ID: 140F0S25Q0015Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, OVER SAT G/SFalls Church, VA, 22041, USA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL (V231)
Timeline
    Description

    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for lodging services at Chincoteague National Wildlife Refuge, specifically to accommodate 195 Air National Guard personnel involved in a construction project from April 14 to July 3, 2025. The requirement includes providing 32 lodging rooms for a total of 92 nights, with the selected facility located within a 30-minute commute from the refuge headquarters to ensure effective coordination among team members. This lodging arrangement is crucial for the success of the project under the Department of Defense’s Innovative Readiness Training program, facilitating efficient logistics and operational effectiveness for the military personnel. Interested contractors must submit their quotations by March 20, 2025, and can contact Joni Dutcher at joni_dutcher@fws.gov or 571-447-8387 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines requirements for potential contractors interested in submitting proposals for the Chincoteague National Wildlife Refuge lodging project for the Air National Guard, under solicitation number 140F0S25Q0015. It begins with a business identification section, where firms must provide their business name, address, SAM Unique Entity Identifier (UEI), applicable NAICS codes, and contact information, while indicating their business type such as small business or veteran-owned. The second section addresses contractor arrangements, asking firms about their role—whether they will be a sole contractor, a prime contractor working with subcontractors, or part of a joint venture. The final section focuses on the capability statement, requiring details on the firm's qualifications relating to the specific project, outlining past project experiences of similar complexity, and providing additional qualifications that may contribute to successful project execution. Emphasis is placed on the firm’s ability to meet timelines and required standards for equipment and services. This document serves as a tool for the government to evaluate potential contractors' qualifications for this specific lodging project.
    The U.S. Fish and Wildlife Service seeks lodging services for personnel participating in a horizontal construction project at the Chincoteague National Wildlife Refuge, scheduled from April 14 to July 3, 2025. The requirement includes providing 32 lodging rooms for 92 nights to accommodate rotational teams of construction workers, emphasizing the need for centralized lodging for efficient coordination. The selected facility must be within a 30-minute commute to the project headquarters. The document includes specifics on the contract period, contact information for the contracting officers, performance evaluation requirements, and payment procedures, notably through the Invoice Processing Platform (IPP). Additionally, various clauses outline compliance obligations, including those related to telecommunications equipment and federal procurement regulations. This contract reflects the Service's commitment to ensuring effective logistics and operational efficiency for the project.
    The document outlines Amendment 1 to solicitation number 140F0S25Q0015, which is for lodging services requiring 32 rooms for 92 nights at Chincoteague NWR, Virginia, from March 31, 2025, to July 1, 2025. The amendment addresses several inquiries relevant to potential bidders, including the eligibility of third-party companies to bid, the provision of a tax exemption certificate to the awarded vendor, and the specifics of room occupancy. The government confirms that there is no incumbent contractor and clarifies that accommodations can include motels or inns, as long as they maintain cleanliness and safety standards. Additional details involve the requirement that the lodging facility must be within 30 minutes of the national wildlife refuge and that rooms will experience a rotation of occupancy approximately every two weeks. The contracting point of contact is Joni Dutcher, with a technical point of contact being Kelly Harshbarger. This modification serves to ensure potential bidders are informed about conditions and requirements for submitting proposals for the lodging contract.
    The document outlines Amendment 2 to solicitation number 140F0S25Q0015, which modifies contract details pertaining to lodging arrangements. The changes primarily include an adjustment of the check-in date from March 31, 2025, to April 14, 2025, and the check-out date from July 1, 2025, to July 3, 2025, for the provision of 32 rooms over a total of 92 nights. The contracting point of contact is Joni Dutcher, while the technical point of contact is Kelly Harshbarger. The period of performance reflects the new lodging dates from April 14, 2025, to July 3, 2025. To ensure compliance, offers must acknowledge receipt of this amendment before the stipulated deadline, which may result in rejection if not properly acknowledged. The amendment ensures that all terms and conditions of the initial contract remain in effect, emphasizing adherence to procedures in federal procurement processes. Overall, the amendment facilitates necessary logistical adjustments while maintaining the integrity of the contracting process.
    The U.S. Fish and Wildlife Service (USFWS) has issued a Request for Quotation (RFQ) for lodging services as part of a construction project at Chincoteague National Wildlife Refuge (NWR) scheduled from March 31, 2025, to July 1, 2025. The requirement involves providing 32 lodging rooms for 92 nights to accommodate 195 Air National Guard personnel participating in the construction efforts under the Department of Defense’s Innovative Readiness Training (IRT) program. The selected hotel must be within a 30-minute commute from the NWR Headquarters to ensure effective coordination among team members. Key details include a solicitation deadline of March 20, 2025, with lodging check-in commencing March 31. The RFQ emphasizes that quotations are not offers and does not obligate the government to cover any incurred costs during submission preparation. The document also lays out requirements for past performance evaluation via the Contractor Performance Assessment Reporting System to ensure accountability and evaluative transparency. Compliance with various federal regulations and requirements related to safeguarding covered contractor information systems is also mandated. This RFQ seeks to streamline logistics and facilitate training for military personnel while adhering to federal guidelines and efficiency standards.
    The U.S. Fish and Wildlife Service has initiated a construction project at Chincoteague National Wildlife Refuge from April 14 to July 2, 2025, using the Department of Defense’s Innovative Readiness Training program. This requires the provision of lodging for the Air National Guard construction team, which will operate on two-week shifts. The government seeks 32 lodging rooms for 92 nights in a single facility within a 30-minute commute of the refuge headquarters. The lodging must accommodate all personnel for effective coordination, ensuring security and suitability for military staff. Check-in is scheduled for March 31, 2025, and check-out on July 1, 2025. The successful arrangement of lodging is vital for both mission success and training efficiency for the Air National Guard units involved in this project.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Unfunded Lodging in Key West
    Buyer not available
    The Department of Defense, specifically the Virginia Air National Guard (VaANG), is seeking quotations for unfunded lodging solutions in Key West, Florida, for authorized personnel from April 20 to April 26, 2025. The procurement aims to secure entire houses or hotel rooms that meet specific requirements, including having kitchens and secure locking mechanisms, while adhering to Department of Defense Lodging Adequacy standards with a quality rating of three to four stars. This lodging is critical for the mission success of the VaANG, ensuring personnel have safe and suitable accommodations during their assignment. Interested small businesses must submit their quotations by March 27, 2025, with inquiries directed to Desiree Santos at desiree.santos.2@us.af.mil or by phone at 757-764-7600.
    VA-CHINCOTEAGUE Underground Conduit
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the construction of an underground conduit installation project at the Chincoteague National Wildlife Refuge in Virginia. The project, budgeted at less than $25,000, involves trenching approximately 310 feet, installing conduit, and making necessary asphalt repairs, with a contract duration of 14 days scheduled to commence on April 14, 2025, and conclude by April 30, 2025. This initiative underscores the government's commitment to environmental stewardship and compliance with federal regulations, including adherence to wage determinations and the protection of endangered species. Interested contractors must submit sealed bids by the specified deadline and can direct inquiries to Christa Garrigas at christagarrigas@fws.gov or by phone at 325-261-4143.
    56--VA CHINCOTEAGUE NWR ASHPALT MATERIALS
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking contractors to furnish and deliver various construction materials for a project at the Chincoteague National Wildlife Refuge, with a performance period from April 1, 2025, to June 30, 2025. The procurement includes approximately 8,730 tons of asphalt base, 10,000 tons of asphalt top, various sizes of polyethylene and concrete pipes, aggregate, fill materials, and other essential construction supplies, all adhering to Virginia Department of Transportation and ASTM standards. This project is crucial for maintaining infrastructure within protected lands, ensuring compliance with federal regulations, and supporting local economic growth. Interested vendors must submit their quotations by March 21, 2025, and can direct inquiries to Joni Dutcher at jonidutcher@fws.gov or by phone at 571-447-8387.
    Unfunded St Croix Lodging
    Buyer not available
    The Department of Defense, specifically the Virginia Air National Guard, is seeking quotations for lodging services in St. Croix, U.S. Virgin Islands, under solicitation number W50S9B-25-Q-0008. The procurement aims to secure rental accommodations, including entire houses and hotel rooms, for personnel from April 21 to April 27, 2025, with a focus on properties that meet Department of Defense standards and provide necessary amenities such as kitchens. This opportunity is critical for ensuring mission success by providing safe and comfortable lodging for authorized personnel, with a total small business set-aside and a revenue cap of $40 million. Interested vendors must submit their proposals, including pricing and property details, by March 27, 2025, at 3:00 PM EST, and can contact Desiree Santos at desiree.santos.2@us.af.mil for further information.
    Unfunded Lodging in Savannah
    Buyer not available
    The Department of Defense, specifically the Virginia Air National Guard (VaANG), is seeking lodging accommodations for its personnel in Savannah, Georgia, from April 18 to April 28, 2025. The procurement emphasizes the need for exclusive lodging options, such as entire houses, apartments, or condos, located within 15-35 miles of designated areas, while adhering to Department of Defense lodging standards and maintaining a 3 or 4-star rating for safety and quality. This initiative is crucial for ensuring adequate housing for authorized personnel, thereby supporting the mission success of the VaANG. Interested small businesses must submit their quotations by March 27, 2025, at 3:00 PM EST, and can contact Desiree Santos at desiree.santos.2@us.af.mil or 757-764-7600 for further details.
    Off Center Lodging April 2025 - September 2025
    Buyer not available
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking qualified small businesses to provide off-center lodging services for students from April 1 to September 30, 2025. The contractor will be responsible for supplying approximately 2,754 hotel/motel rooms, ensuring compliance with specific requirements such as inside room entry doors and 24-hour front desk availability, all within a 40-mile radius of FLETC in Glynco, Georgia. This procurement is crucial for accommodating students when on-center dormitories reach capacity, thereby supporting the training mission of FLETC. Interested bidders must submit their quotes electronically by March 18, 2025, and can direct inquiries to Erin Johnson at erin.johnson@fletc.dhs.gov or by phone at 912-267-3297.
    Berthing Everett Washington
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses to provide temporary lodging services in Everett, Washington, for personnel from the Port Security Unit 313 during designated Active-Duty Training dates in May 2025. The procurement requires a total of 25 double occupancy rooms for 175 nights, with accommodations located within five miles of Naval Station Everett, adhering to specific standards such as compliance with the Hotel and Motel Fire Safety Act and a minimum AAA rating of three diamonds. Interested vendors must submit their quotes by March 20, 2025, at 08:00 AM PST, and any inquiries should be directed to Elizabeth Tam-Hurley at elizabeth.h.tam-hurley@uscg.mil or by phone at 206-815-3611.
    USCG Berthing San Diego
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for temporary lodging services in Coronado, California, for personnel during Active-Duty Training from May 6 to May 14, 2025. The procurement requires 35 double occupancy rooms for a total of 280 nights at a single hotel location, with specific compliance to the Hotel and Motel Fire Safety Act and an AAA rating of three diamonds. This opportunity is critical for ensuring safe and compliant accommodations for military personnel, emphasizing the importance of service standards and financial clarity in government contracting. Interested small businesses must submit their quotes by March 20, 2025, at 08:00 AM PST, and direct any inquiries to Elizabeth Tam-Hurley at elizabeth.h.tam-hurley@uscg.mil.
    R699 - Facility for Retreats within 45 miles of the Washington Navy Yard, DC 20374
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR NORFOLK, is seeking proposals from qualified small businesses to provide retreat facilities within 45 miles of the Washington Navy Yard, DC 20374. The selected facility will support the CREDO program by hosting Personal Resiliency Retreats (PRR) and Marriage Enrichment Retreats (MER), requiring accommodations for 28 participants, including individual rooms with specific bedding arrangements, meals, and a large meeting space. This procurement is crucial for enhancing the readiness and resilience of military personnel and their families, with quotes due by March 20, 2025, at 11:00 a.m. EST, and must be submitted via email to Kirsten Taylor at kirsten.n.taylor.civ@us.navy.mil.
    Request for Quotation (RFQ) to procure lodging in kind and meals in support of the 377th Military Police Company
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command – New Jersey, is soliciting quotations for lodging and meal services to support the 377th Military Police Company during their active duty from March 29 to April 1, 2025, in Cincinnati, Ohio. The procurement requires a total of 30 room nights and 171 meals, including breakfast, lunch, and dinner, to accommodate military personnel within a 30-mile radius of the unit's home station. This opportunity is critical for ensuring that service members receive appropriate accommodations and meals while adhering to federal procurement standards and regulations. Interested vendors must respond to the solicitation by providing a firm fixed price proposal that complies with the specified requirements, including registration in the System for Award Management (SAM) and adherence to government per diem rates. For further inquiries, potential bidders can contact Polia Quiles at polia.m.quiles.civ@army.mil or Katie J. Lyons at katie.j.lyons.civ@mail.mil.