Chincoteague NWR Lodging (32 rooms for 92 nights)
ID: 140F0S25Q0015Type: Solicitation
AwardedMar 26, 2025
$190.2K$190,182
AwardeeTRAVEL LODGING GROUP LLC 8 THE GREEN, SUITE 11016 DOVER DE 19901 USA
Award #:140F0S25P0004
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 accommodations to support a construction project at Chincoteague National Wildlife Refuge, scheduled from April 14 to July 3, 2025. The requirement involves providing 32 lodging rooms for 80 nights to house rotational teams of construction personnel, ensuring effective coordination and logistical efficiency for the Air National Guard units involved in the project. This lodging is critical for facilitating training and operational success under the Department of Defense's Innovative Readiness Training program. Interested parties should contact Contract Specialist Joni Dutcher at joni_dutcher@fws.gov or by phone at 571-447-8387, with proposals due by March 20, 2025.

    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 U.S. Fish and Wildlife Service (USFWS) is requesting proposals for lodging accommodations to support a construction project at Chincoteague National Wildlife Refuge, scheduled from April 14 to July 3, 2025. The requirement includes providing 32 lodging rooms for 80 nights to house rotational teams of construction personnel, ensuring they stay in a single location for coordination and logistical efficiency. The lodging must be located within a 30-minute commute from the Chincoteague NWR Headquarters. This project utilizes the Department of Defense's Innovative Readiness Training program and aims to facilitate effective workforce management. Interested parties should contact Contract Specialist Joni Dutcher or Civil Engineer Richard Yee for further information.
    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 document outlines Amendment 3 to solicitation number 140F0S25Q0015, which pertains to lodging accommodations for 32 rooms over an 80-night period from April 14, 2025, to July 3, 2025. The amendment addresses several queries regarding the change in the check-in and check-out dates, confirming the total of 80 nights of occupancy, and clarifying the calculation of room nights, which totals 2,560 (32 rooms x 80 nights). It specifies payment processing every two weeks after each group concludes their stay. Key personnel involved include Contracting Officer Joni Dutcher and Technical Point of Contact Kelly Harshbarger. The amendment requests acknowledgment of its receipt and outlines the procedures for modifying offers and contract adjustments. This document adheres to federal guidelines for RFP modifications, emphasizing the importance of deadlines and clarity in communication regarding contract terms.
    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
    Similar Opportunities
    Kittery/Portsmouth Lodging_Rev1
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting bids for lodging services in Kittery, Maine, specifically to secure 50 double-occupancy rooms nightly for 135 nights from February 1 to June 15, 2026. The contract, which is set aside for small businesses, requires that the lodging facilities be located within ten miles of the shipyard and meet specific room and service standards, including safety compliance and amenities such as weekly maid service and on-site laundry. This procurement is crucial for accommodating sailors during their assignments, ensuring they have safe and comfortable lodging. Interested vendors must submit their quotes by December 20, 2025, at 5:00 PM EST, and can direct inquiries to Alyssa Cress at alyssa.a.cress.civ@us.navy.mil or by phone at 207-994-0740.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    Establish a Blanket Purchase Agreement to Support Fort Sill Overflow Off-Post Lodging/Hotel
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Sill, Oklahoma, is seeking to establish a Blanket Purchase Agreement (BPA) for overflow lodging services for soldiers in-processing or attending training at the Fort Sill army post. The requirement includes providing hotel accommodations within a 10-mile radius of Fort Sill, with specific amenities such as in-room facilities, laundry services, and internet access, to be utilized when on-post housing is at capacity. Interested contractors must submit a capabilities statement by December 23, 2025, detailing their ability to meet the outlined requirements, along with company information and size classification, to the designated points of contact, Brandi O'Daniel and Sommer Roach, via email.
    665th SMC Lodging
    Dept Of Defense
    The Department of Defense, specifically the South Dakota Army National Guard, is seeking commercial lodging services for an upcoming event in Mitchell, SD, scheduled from November 13 to November 15, 2025. The requirement includes providing a total of 153 rooms, with an estimated 51 rooms needed per night for the duration of the stay. This procurement is categorized as a total small business set-aside under FAR Part 19.5, and the contract will be awarded as a Firm Fixed Price, contingent upon the availability of fiscal year 2026 funds. Interested vendors can reach out to Andrew Kennedy at andrew.j.kennedy16.civ@army.mil or by phone at 605-737-6731 for further details, with the solicitation expected to be posted within a week of this presolicitation notice.
    Short term lodging JBLM WA
    Dept Of Defense
    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.
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.
    Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL
    Dept Of Defense
    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.
    F--VA-GREAT DISMAL SWAMP NWR-POCOSIN Hazard Fuels Re
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to participate in a contract for Hazard Fuels Reduction and Pocosin Management at the Great Dismal Swamp National Wildlife Refuge in Suffolk, Virginia. The project involves chipping and masticating 126 acres of previously cut and bundled trees, with a focus on minimizing environmental impact and adhering to strict operational guidelines to protect sensitive habitats and endangered species. This initiative is crucial for enhancing habitat quality in line with the refuge's management plan. Interested contractors must submit their proposals by December 18, 2025, with all inquiries directed to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.