USCG Berthing San Diego
ID: 70Z08425QSAND0001Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDDOL-9NORFOLK, VA, 23510, 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a procurement contract specifically for Women-Owned Small Businesses (WOSB) that encompasses solicitation, contract, and order for commercial products and services from federal, state, and local agencies. It includes vital information like requisition and contract numbers, effective dates, and contact details for solicitation inquiries. A significant focus is placed on compliance with federal acquisition regulations and clauses, emphasizing adherence to laws related to subcontracting, safety, and ethical business practices. The contract process involves submission timelines, contractor representations, and payment terms, along with specific requirements such as delivery terms and pricing. Additionally, the document refers to the need for contractors to ensure compliance with various legal provisions aimed at promoting small business contracting opportunities, exemplified by references to economically disadvantaged and service-disabled veteran-owned businesses. The document's structure includes sections detailing the solicitation, contract clauses, and additional provision requirements. By establishing guidelines for contractors, the content seeks to facilitate engagement, ensure regulation adherence, and support the furtherance of small business participation in governmental contracts.
    The document outlines the requirements for temporary lodging for U.S. Coast Guard personnel during Active-Duty Training (ADT) from May 6 to May 14, 2025, in Coronado, California. The contract specifies a total of 35 double occupancy rooms for 280 nights, with all accommodations needed at a single hotel location. Essential conditions include adherence to the Hotel and Motel Fire Safety Act, an AAA rating of three diamonds, and provisions for 24/7 lobby staff. The hotel must not charge members for various services like phone calls, room service, or internet, while the government is exempt from certain taxes. The contractor is required to invoice the Coast Guard following their stay, with payments processed through electronic funds transfer. The document emphasizes the necessity for compliance with federal regulations and provides detailed instructions for service requirements, including room specifications, cancellation policies, and charge responsibilities. Overall, this RFP aims to secure compliant lodging for military personnel, emphasizing safety, service standards, and clarity in financial responsibilities, reflecting standard practices in government contracting.
    The document appears to be heavily corrupted or unreadable, preventing comprehensive extraction of its contents. However, given the broader context of government RFPs (Requests for Proposals), federal grants, and state/local RFPs, it is inferred that the file might relate to formal solicitations for projects requiring competitive bidding or funding allocations. Generally, such documents outline the project specifications, funding availability, and eligibility criteria for potential applicants, along with submission guidelines and evaluation processes. They serve to facilitate governmental procurement and grant funding while promoting transparency and inclusivity in the bidding process. The intended audience usually comprises businesses, non-profits, and other organizations capable of fulfilling the proposed project's requirements. The expected output includes detailed proposals that demonstrate the ability to meet service requirements, timelines, and budget constraints. Overall, government RFPs serve as a critical framework for ensuring efficient public spending and fostering quality service delivery through competitive selection.
    Lifecycle
    Title
    Type
    USCG Berthing San Diego
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    Berthing Port Clinton
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for temporary lodging services for personnel at Port Security Unit 309 in Port Clinton, Ohio, for a total of 36 nights between April 2025 and March 2026. The contract requires the provision of 1,365 double occupancy rooms across specified dates, with accommodations located within 15 miles of the unit, ensuring compliance with safety regulations and a minimum AAA rating. This initiative is crucial for providing organized and quality lodging for military personnel while adhering to government procurement procedures, with the contract structured as a Firm Fixed Price Purchase Order. Interested parties, particularly small businesses, are encouraged to reach out to Elizabeth Tam-Hurley at elizabeth.h.tam-hurley@uscg.mil or by phone at 206-815-3611 for further details and to ensure compliance with submission guidelines.
    D13 Lodging accommodation reservations for reservists with US Coast Guard
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure temporary lodging accommodation services for reservists undergoing inactive duty training across Washington, Oregon, Idaho, and Montana. The contract aims to provide high-quality lodging that meets specific requirements, including non-smoking accommodations, appropriate room assignments based on rank, and proximity to U.S. Coast Guard units, ideally within five miles. This initiative is crucial for ensuring the operational readiness and safety of Coast Guard personnel, reflecting the government's commitment to resource allocation in support of its mission. Interested contractors can reach out to Christopher U. Columbres at christopher.u.columbres@uscg.mil or Jonny Ochoa at jonny.a.ochoa@uscg.mil for further details, with a base contract term of one year and four possible extensions, requiring approximately 53 rooms monthly at daily rates ranging from $107 to $248.
    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.
    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.
    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.
    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.
    Short Term Lodging, Sacramento, CA 95828
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide short-term lodging services in Sacramento, California. This procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 721110, which pertains to hotels and motels. The lodging services are essential for accommodating personnel and visitors, ensuring they have access to comfortable and convenient accommodations during their stay. Interested parties can reach out to Unison Market Place at 877-933-3243 for further details regarding this opportunity.
    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.
    Ready Crew Berthing Linen Service
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for a Ready Crew Berthing Linen Service at the Air Station in Elizabeth City, North Carolina. The contract requires the contractor to provide laundering services for Coast Guard-owned linens on a flexible weekly schedule, including pickup and delivery, with an estimated weekly processing of 15 bags of linens. This service is crucial for maintaining hygiene and operational readiness within the Coast Guard, ensuring that bedding items are clean and well-maintained for personnel use. Interested small businesses must submit their proposals using the SF-1442 form by the specified deadline, and for further inquiries, they can contact SK1 Luis R. Perez at luis.r.perez1@uscg.mil or by phone at 206-820-1625. The contract duration is set for one year, from March 31, 2025, to March 31, 2026, with a total small business set-aside under NAICS code 812320.