Lodging and Transportation Management Services at the National Guard Professional Education Center (PEC) at Camp Joseph T. Robinson in North Little Rock, Arkansas 72199.
ID: W912JF25RA001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7MW USPFO ACTIVITY AR ARNGCAMP ROBINSON, AR, 72199-9600, USA

NAICS

Facilities Support Services (561210)

PSC

OPERATION OF TROOP HOUSING FACILITIES (M1FC)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense is soliciting proposals for lodging and transportation management services at the National Guard Professional Education Center (PEC) located at Camp Joseph T. Robinson in North Little Rock, Arkansas. The contract encompasses a range of services including front desk operations, housekeeping, laundry, pest control, and transportation for approximately 18,000 annual guests, with a focus on maintaining high standards of cleanliness and guest satisfaction. This opportunity is particularly significant for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), as it is set aside for such entities, reflecting the government's commitment to supporting veteran entrepreneurship. Proposals must be submitted electronically by March 31, 2025, and interested parties can contact Ralph Grinnell at ralph.d.grinnell.civ@army.mil or Mark White at mark.c.white20.civ@army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the procurement details for government-furnished property (GFP) related to a custodial contract managed by the U.S. Department of Defense. It identifies key personnel, including Contracting Officer Mark C. White, and specifies the attachment date as February 27, 2025. The document lists a variety of items to be procured, including standard bedding materials, various furniture pieces, appliances, and recreational equipment. Each item includes a description, quantity, unit acquisition cost, and an indication if it's managed as non-serially or serially. The list encompasses both basic household necessities and specialized items aimed at enhancing facilities. The structured format necessitates that specific fields such as Manufacturer CAGE, part numbers, and delivery specifics are filled to ensure item requisition and management accuracy. Overall, this file serves as a comprehensive bid solicitation for potential contracts to supply the identified goods, reflecting the strategic procurement needs of the Department of Defense to support operational effectiveness and maintain facility standards.
    The Performance Work Statement (PWS) outlines the requirements for lodging and transportation services at the National Guard Professional Education Center (PEC) in North Little Rock, Arkansas. The contractor will manage the lodging facilities—Independence Hall, Liberty Hall, and Patriot Hall—providing front desk operations, housekeeping, laundry, pest control, and transportation for approximately 18,000 annual guests. The contract spans one base year with four optional renewal years, encompassing continuous 24/7 front desk service and specific working hours for other services. Key responsibilities include maintaining cleanliness, managing guest amenities, ensuring effective communication, and reporting on service status. The contractor must adhere to strict security protocols and transportation requirements, including maintaining a fleet for local trips and airport transfers. The contractor is also tasked with managing quality control and assurance procedures to meet service standards, submitting various reports, and following government guidelines for personnel identification and operations security. Overall, the document serves as a detailed framework for compliance and operational expectations to support the mission of the PEC and facilitate a professional training and lodging experience for the Army National Guard.
    The document outlines a solicitation for services from the Army National Guard Bureau, specifically for housekeeping, guest registration, laundry, transportation, and related management services at Camp Robinson, Arkansas. This Request for Proposal (RFP), identified as W912JF25RA001, details the proposal submission process, formatting requirements, evaluation criteria, and the range of services under the Performance Work Statement. Proposals must be submitted electronically by 31 March 2025, with specific guidelines for content organized into technical, past performance, and pricing volumes. Key evaluation factors include the quality of management plans, the effectiveness of transition strategies, relevant experience, and a thorough assessment of past contracts. A critical focus on offering fair and reasonable pricing is also emphasized. The document includes instructions for filing protests related to the contract, showcasing the National Guard's commitment to maintaining standards in contractor selection and ensuring compliance with federal regulations. This RFP serves as a critical opportunity for small businesses, including those owned by service-disabled veterans, to contribute to essential services within the National Guard framework.
    The document outlines the Wage Determination No. 2015-5117 for contracts under the Service Contract Act, specifically for Arkansas counties including Faulkner, Lonoke, Perry, Pulaski, and Saline. It informs contractors of minimum wage requirements based on Executive Orders 14026 and 13658, which mandate that covered workers earn at least $17.75 per hour or $13.30 per hour depending on contract dates and renewals. Wage rates are detailed for various occupations, alongside requisite fringe benefits such as health and welfare contributions and paid sick leave as stipulated by Executive Order 13706. Additionally, occupations that may require special classifications or wage rates are defined, with guidance on how to manage unlisted employee classifications through a conformance process. Overall, the document emphasizes compliance with federal wage standards to ensure fair compensation for service employees under government contracts, reflecting the government's commitment to labor rights and economic equity.
    Similar Opportunities
    Campground and Park Facility Cleaning Services Beaver Lake
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Little Rock office, is seeking qualified small businesses to provide campground and park facility cleaning services at Beaver Lake in Arkansas. The procurement involves janitorial services for 11 parks, including regular cleaning, preseason maintenance, and power washing of various structures and playgrounds. This contract is a 100% Small Business Set-Aside under NAICS Code 561720, with a base period and four optional periods extending until December 31, 2029, and a minimum guarantee of $2,500 for the initial term. Interested parties should attend a pre-bid meeting on February 27, 2025, and submit their quotes electronically by March 25, 2025, with all required documentation, including a pricing schedule and signed amendments. For further inquiries, contact Ashley Stokes at ashley.m.stokes@usace.army.mil or Sarah Hagood at sarah.n.hagood@usace.army.mil.
    RSO Mowing and Grounds Work (Toad Suck)
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Little Rock office, is seeking quotes for an indefinite delivery/indefinite quantity (IDIQ) contract for mowing and grounds maintenance services in the Toad Suck area of Arkansas. This procurement is specifically reserved for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses landscaping services at various locations, including Maumelle Park and Toad Suck Lock and Dam, with a performance period commencing in April 2025 and extending through 2028, including optional periods. Interested contractors must submit their quotes electronically by March 25, 2025, following a site visit scheduled for March 12, 2025, and should direct inquiries to Taylor B. Mclain at taylor.b.mclain@usace.army.mil or Sarah Hagood at sarah.n.hagood@usace.army.mil.
    V119--Wheelchair Transportation Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Wheelchair Transportation Services to support eligible veterans in Arkansas, Missouri, and Oklahoma. This procurement involves a single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract, effective from March 1, 2025, to February 28, 2030, with a total award amount of up to $19 million, aimed at providing 24/7 transportation for veterans to medical appointments and community care. The services are critical for ensuring veterans have reliable access to healthcare while adhering to federal standards for safety and service quality. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotations by February 21, 2025, with inquiries directed to Contract Specialist Lakeisha White at lakeisha.white@va.gov or (601) 362-4471 ext. 56378.
    IDIQ Mowing and Grounds Services - OZARK
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for mowing and grounds maintenance services at various sites within the Ozark Field Office Area of Responsibility. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a base performance period from April 1, 2025, to February 28, 2026, with options for two additional years. The services are crucial for maintaining the aesthetic and functional quality of federal properties, reflecting the government's commitment to supporting veteran-owned enterprises. Interested vendors must submit their quotes by March 21, 2025, following a site visit scheduled for March 12, 2025, and can contact Taylor B. McLain at taylor.b.mclain@usace.army.mil or Sarah Hagood at sarah.n.hagood@usace.army.mil 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.
    VAARNG FY25 Family Program Volunteer Workshop
    Buyer not available
    The Department of Defense, specifically the Virginia Army National Guard (VaARNG), is seeking a contractor to organize a Volunteer Recognition Workshop and Youth Symposium scheduled for May 2-4, 2025, in Richmond, Virginia. The contractor will be responsible for providing comprehensive services, including lodging for 25 staff members, catering for approximately 100 adults and 15 children, event space, audio/visual support, parking management, and childcare, all while adhering to federal regulations and quality assurance standards. This procurement is part of the government's commitment to support small businesses, particularly those owned by women and economically disadvantaged individuals, with a total contract value capped at $40 million. Interested vendors must submit their bids by March 20, 2025, and can contact Matthew Guyer at matthew.c.guyer.civ@army.mil or Rebecca Fowler at rebecca.l.fowler6.civ@army.mil for further information.
    3RD QTR LODGING
    Buyer not available
    The Department of Defense, specifically the Kentucky Air National Guard (KYANG), is seeking lodging services for its personnel during Regularly Scheduled Drill (RSD) from April to June 2025 in Louisville, Kentucky. The procurement requires a premium FEMA-registered hotel that can accommodate double-occupancy rooms while adhering to specific standards for quality, health, safety, and security, including compliance with National Fire Codes and maintaining a clean environment free from heavy industrial activity. This contract is crucial for ensuring that military personnel have access to safe and comfortable accommodations during their training periods. Interested vendors should contact SSgt Quetta Odom at glennquetta.odom@us.af.mil or 502-413-4617, or Jonathan Vance at jonathan.vance.4@us.af.mil or 502-413-4161 for further details.
    LRAFB Grease Trap Maintenance and Repair Services
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking small business contractors to provide grease trap maintenance and repair services at Little Rock Air Force Base (AFB) in Arkansas. The procurement involves maintaining 10 grease traps to manage Fat, Oil, and Grease (FOG) build-up, ensuring compliance with the Jacksonville Wastewater Discharge Permit, and includes routine pumping, scraping, and emergency services as needed. This contract is crucial for maintaining environmental standards and operational efficiency at the base, with a performance period from March 12, 2025, to March 11, 2026, and the possibility of four one-year extensions. Interested contractors must submit proposals by March 12, 2025, and can contact Jonathan Reed at jonathan.reed.33@us.af.mil or A1C Joshua Duval at joshua.duval@us.af.mil for further information.
    IDIQ Solid Waste Disposal Home Mountain Project Office
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide solid waste pickup and disposal services for the Mountain Home Project Office in Arkansas. The contractor will be responsible for delivering all necessary personnel, equipment, and supplies to perform these services, adhering to the performance standards outlined in the contract. This procurement is crucial for maintaining cleanliness and environmental standards at the project site, ensuring efficient waste management operations. Interested small businesses must submit their quotes by March 4, 2025, with the contract spanning five years, including a base period and four optional renewal years. For further inquiries, potential bidders can contact Jason Graefen at jason.r.graefen@usace.army.mil or Sarah N. Hagood at Sarah.N.Hagood@usace.army.mil.
    District of Columbia National Guard Family Programs Youth Symposium
    Buyer not available
    The Department of Defense, through the District of Columbia National Guard (DCNG), is soliciting quotes for the Family Programs Youth Symposium scheduled for July 11-13, 2025, in Alexandria, Virginia. The procurement requires services including meals, lodging, and conference facilities for approximately 50 participants, with specific deliverables such as buffet-style meals and 25 double non-smoking guest rooms for two nights. This opportunity is set aside exclusively for small businesses, with a maximum revenue cap of $40 million, emphasizing the importance of supporting local vendors in government contracting. Interested parties must submit their quotes by March 3, 2025, and can direct inquiries to MSG Terrell Moore at terrell.a.moore.mil@army.mil or MAJ Darrin Weaver at darrin.j.weaver.mil@army.mil.