Lodging BPA
ID: W50S8W25RA004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N9 USPFO ACTIVITY WYANG 153CHEYENNE, WY, 82009-4799, USA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

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

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for lodging services to support Wyoming National Guard members from February 11, 2025, to February 10, 2030. The BPA will require multiple hotels to provide single and double occupancy rooms, with quantities of up to 150 rooms per month, accommodating varying needs based on drill schedules. This procurement is crucial for ensuring that service members have access to safe and compliant lodging during their training periods, with an emphasis on cleanliness and adherence to COVID-19 protocols. Interested parties should direct inquiries to Kristopher Kahle at kristopher.kahle@us.af.mil or Christopher Davalos at christopher.davalos.1@us.af.mil, with questions due by January 6, 2025, and a BPA ceiling of $700,000 established for this opportunity.

    Files
    Title
    Posted
    The document outlines the requirements for a Blanket Purchase Agreement (BPA) concerning lodging services. It stipulates that contractors must provide price lists for approved items and services, ensuring that prices are at least equal to those offered to the contractor’s most favored customers, along with contingent terms for price adjustments. The document indicates the need for multiple hotels to accommodate various room requirements based on drill schedules, with dates and room specifications varying year to year. Feedback is sought on how many rooms are needed, potential hotel arrangements, and required coordination. The BPA emphasizes the necessity of having names of hotels provided to ensure compliance with inspection protocols, as well as the importance of timely communication regarding reservations. Overall, the purpose of the document is to detail the government's position on lodging procurement and solicit clear responses from potential contractors to facilitate efficient service delivery during specified drill periods.
    The document outlines a Women-Owned Small Business (WOSB) solicitation for a Blanket Purchase Agreement (BPA) providing lodging services for Wyoming National Guard members from February 11, 2025, to February 10, 2030. The agreement enables the purchase of specified services as called upon by the contracting officer. Terms include a maximum individual call limit of $25,000 and a BPA ceiling of $700,000. The contractor must maintain competitive pricing and provide detailed itemized invoices. In addition, lodging standards require cleanliness, safety, and compliance with COVID-19 protocols. The agreement also includes inspection rights by the government to ensure adherence to stipulated conditions and standards. The contractor bears the responsibility for managing additional charges outside the pre-priced room rate. Moreover, the document specifies compliance with federal regulations, encourages small business participation, and outlines conditions under which the government may cancel service requests without penalty. Overall, this solicitation emphasizes the procurement of lodging services while adhering to government regulations and fostering opportunities for women-owned businesses within the federal contracting space.
    Lifecycle
    Title
    Type
    Lodging BPA
    Currently viewing
    Solicitation
    Similar Opportunities
    Commercial Lodging BPA - Peterson SFB
    Buyer not available
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified contractors to establish Blanket Purchase Agreements (BPAs) for commercial lodging services near Peterson Space Force Base in Colorado. The procurement aims to provide single and double occupancy hotel or motel accommodations for military personnel, ensuring compliance with specific performance standards, including security, sanitation, and 24-hour check-in services. This initiative is crucial for supporting the lodging needs of Air Reserve Airmen during training weekends and other assignments. Interested vendors must submit their quotes by November 25, 2029, and adhere to the established guidelines, including compliance with GSA per diem rates. For further inquiries, potential bidders can contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.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.
    COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO
    Buyer not available
    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.
    BPA Latrine & Pumping
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Blanket Purchase Agreement (BPA) Latrine and Pumping Services at F.E. Warren Air Force Base in Wyoming. Contractors are required to provide portable latrines, oil/water separator, and grease trap services, ensuring compliance with local, state, and federal regulations while supporting Strategic Arms Reduction Treaty (START) inspections. This procurement is crucial for maintaining sanitation standards during military operations and events, with a total contract value of $411,000 over a five-year period from April 1, 2025, to March 31, 2030. Interested parties must submit their written quotations by March 12, 2025, and can direct inquiries to Shane Yurkus at shane.yurkus@us.af.mil or Andrea McCurry at andrea.mccurry@us.af.mil.
    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.
    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 lodging services for students attending training in Glynco, Georgia, from April 1, 2025, to September 30, 2025. This opportunity is exclusively set aside for small businesses located within a 40-mile radius of FLETC and anticipates multiple firm fixed price awards for an estimated 2,754 lodging rooms, emphasizing compliance with security, safety, and cleanliness standards. The selected contractor will be responsible for managing guest complaints, ensuring privacy protocols for students, and maintaining operational standards, all while adhering to federal contracting requirements. Interested parties must submit a detailed Hotel Services and Prices form by March 17, 2025, and can contact Erin Johnson at erin.johnson@fletc.dhs.gov or 912-267-3297 for further information.
    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.
    V231--HOPTEL Veteran Overnight Lodging (VA-25-00028403)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide overnight lodging services for veterans at the Oscar G. Johnson VA Medical Center in Iron Mountain, Michigan, under solicitation number 36C25225Q0199. The contract, which is set to commence on April 1, 2025, and last until March 31, 2030, requires the contractor to ensure a minimum of 13 rooms are available each night, adhering to AAA "two diamond" standards and federal safety and accessibility regulations. This initiative is crucial for enhancing accommodation offerings for veterans and their caregivers, promoting quality care and comfort while encouraging small business participation in federal contracts. Interested parties must submit their offers by the extended deadline of March 13, 2025, at 10:00 AM CDT, and can contact Laura A. Broacha at Laura.Broacha@va.gov for further information.
    Texas Army National Guard: Yellow Ribbon Reintegration Program- April 2025 event
    Buyer not available
    The Department of Defense, specifically the Texas Army National Guard, is seeking proposals for the Yellow Ribbon Reintegration Program event scheduled for April 2025. This procurement aims to provide lodging services for participants of the program, which is crucial for supporting service members and their families during reintegration into civilian life. The contract is set aside for small businesses under the SBA guidelines, with a focus on the hospitality industry, specifically hotels and motels, as indicated by the NAICS code 721110. Interested vendors should reach out to Natalie Rodriguez at natalie.j.rodriguez9.civ@army.mil or call 512-782-5529 for further details.
    Construct VM/AGE Complex
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a Vehicle Maintenance/Aerospace Ground Equipment (VM/AGE) Complex at the Wyoming Air National Guard in Cheyenne, Wyoming. This project involves the construction of a 30,300 square-foot facility designed to enhance vehicle maintenance and aircraft support capabilities, with a budget estimated between $10 million and $25 million. The procurement is set aside for small businesses, emphasizing the importance of compliance with federal regulations, including Davis Bacon Prevailing Wages and environmental standards. Interested contractors must submit their proposals by March 18, 2025, and can direct inquiries to Christopher Davalos at christopher.davalos.1@us.af.mil or by phone at 307-772-6887.