75th Ranger Urban Training Lodging
ID: W911SF25QA004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT MOOREFORT MOORE, GA, 31905-5182, 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 Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses to provide lodging and conference facilities for the 75th Ranger Brigade in Manhattan, New York, from March 10 to March 13, 2025. The contractor is required to supply 30 standard hotel rooms equipped with essential amenities, including internet access, air conditioning, and a conference room capable of accommodating up to 35 personnel with necessary audiovisual capabilities. This procurement is crucial for supporting military operations and ensuring service members have access to quality accommodations during their official duties. Interested contractors must submit their offers via email by January 17, 2025, and can direct inquiries to Christopher Kimble at christopher.l.kimble.civ@army.mil or Stacia M. Rivers at stacia.m.rivers.civ@army.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a contract for the 75th Ranger Regiment to provide lodging and conference facilities for 30 service members from March 10 to March 13, 2025, in Manhattan, New York. It specifies the need for 30 standard rooms with various amenities, including internet access and air conditioning, and a conference room that accommodates up to 35 personnel equipped with a projector and HDMI capabilities. Key contractual details include obligations for the contractor to maintain a quality assurance process as per the Government’s standards and the provision of all necessary materials and services, except for items specified as Government property. The contract emphasizes the importance of performance reporting through the System for Award Management (SAM) and adherence to operational protocols, including recognized U.S. and host nation holidays. Specific tasks include checking in and out of rooms, ensuring close proximity to key locations, and setting up the conference room appropriately. Through detailed guidelines and definitions, the document establishes a framework for compliance and communication between the contractor and the Government to ensure successful service delivery.
    The document outlines requirements for lodging arrangements as part of federal and state RFP proposals and grants. Its primary focus is on specifying the necessary standards and conditions for accommodations provided to government personnel during official duties, including compliance with safety regulations, accessibility standards, and overall quality measures. Key considerations include the location of lodging, capacity to host personnel in line with demands, and amenities that support the operational purposes of government-funded initiatives. The file emphasizes the necessity for providers to adhere to strict guidelines to ensure a conducive environment for staff productivity and comfort. Additionally, it highlights the process of evaluating lodging proposals, whereby proposals must demonstrate the ability to meet these established requirements effectively. Therefore, the document serves as a crucial resource for potential bidders looking to align their offerings with government expectations in the lodging sector.
    The Department of the Army has issued a combined synopsis/solicitation (W911SF-25-Q-A004) for hotel accommodations and conference facilities for the 75th Ranger Brigade, scheduled for March 10-13, 2025, near the World Trade Center in Lower Manhattan, New York. The contract, intended for small businesses under the NAICS code 721110, specifies a requirement for 30 standard hotel rooms and one conference room, to be awarded on a firm fixed price basis to the lowest responsible offeror. The solicitation emphasizes compliance with a range of federal regulations, including the prohibition of certain telecommunications equipment and services, and mandates registration in the System for Award Management (SAM). Offers must be submitted via email by January 17, 2025, with prescribed documentation on company letterhead and evaluation qualifications. The document highlights the U.S. government's streamlined procurement process while ensuring adherence to security and operational standards relevant to military service members. Overall, this solicitation reflects the Army's commitment to providing efficient lodging solutions for military operations while supporting small businesses.
    The document responds to Request for Quote W911SF-25-Q-A004, focusing on the provision of hotel and conference services. It confirms no exceptions to per diem rates and clarifies that additional conference room features can be included by the contractor. All questions must be submitted before the January 15, 2025 deadline, with a specific emphasis on compliance with the solicitation's requirements. The government will assess pricing according to the Federal Acquisition Regulation (FAR) and evaluate past performance primarily on similar hospitality services. Payment timelines and conditions for non-compliance are outlined, with a focus on project-specific guidelines for contract execution. Contractors are advised that liability insurance documentation is not required and tax exemption forms will be provided post-award. The contract represents a new requirement, with little flexibility on distance specifications for accommodations. Overall, the document establishes clear expectations and guidelines for contractors bidding on hospitality services for government events, ensuring transparency and compliance.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    RFI- Army Medical Conference - Feb 25
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking qualified vendors to provide hotel accommodations and conference facilities for the Army Medical Conference scheduled for February 23-28, 2025, in Leesburg, Virginia. The requirements include a main conference room capable of hosting up to 650 attendees, along with 20 to 30 breakout rooms equipped with necessary audio-visual equipment, tables, and chairs. Additionally, the procurement calls for a total of 650 lodging rooms, with specific amenities such as 5G Wi-Fi access, on-site parking, and 24/7 security to enhance the experience for attendees. Interested parties are encouraged to submit a capability document to the primary contacts, Deric Harris and Delbert Spriggs, via email, as this request for information is intended for market research and planning purposes only, with no commitment to award a contract.
    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.
    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.
    Lodging for Wings Over Wayne Airshow 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for lodging services during the Wings Over Wayne Airshow 2025, scheduled from April 30 to May 5, 2025, at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The contractor is required to provide a minimum of 25 single-bed rooms, with the potential for up to 35, ensuring compliance with specific quality standards, including cleanliness, safety, and essential amenities. This procurement is crucial for accommodating military personnel attending the event, and the total award amount is estimated at $40,000,000, with a focus on small business participation, particularly from Women-Owned Small Businesses and Veteran-Owned Small Businesses. Interested vendors should contact Lauren Kaae at lauren.kaae@us.af.mil or Nelson Sosa at nelson.sosa@us.af.mil for further details and to ensure compliance with the solicitation requirements.
    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.
    FOREIGN MILITARY SALES (FMS) TECHNICAL ORDER (TO) & COMPUTER PROGRAM IDENTIFICATION NUMBER (CPIN) WORLDWIDE REVIEW (WWR)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Foreign Military Sales (FMS) Technical Order (TO) and Computer Program Identification Number (CPIN) Worldwide Review (WWR) scheduled for June 2-5, 2025, in Dallas, Texas. The contractor will be responsible for providing a large conference room for 300 attendees, multiple private workspaces, technical support including audio-visual capabilities, and additional services such as registration facilities, refreshments, and accommodations for approximately 120 participants. This event is crucial for facilitating communication between FMS customers and Security Assistance Technical Order Program personnel, ensuring effective collaboration among international military stakeholders. Interested vendors must submit their detailed quotations by March 12, 2025, at 5:00 PM EST, and can direct inquiries to Danielle M. Craig at danielle.craig@us.af.mil.
    489th Hotel BPA Dyess AFB, TX
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) to provide lodging services at Dyess Air Force Base (AFB) in Texas. The BPA, numbered FA466125Q0005, is intended to furnish quality lodging accommodations for personnel from April 9, 2025, to April 8, 2030, with a total maximum value of $300,000, where individual orders cannot exceed $25,000. This procurement is crucial for ensuring that military personnel have access to safe and compliant lodging facilities, adhering to health and safety regulations while maintaining high standards of service. Interested contractors must be registered as small businesses in the System for Award Management (SAM.gov) and can direct inquiries to Kasey Hutton at kasey.hutton.1@us.af.mil or Germain Duarte at germain.duarte.1@us.af.mil, with the award decision expected on or before April 8, 2025.
    Fort Riley Custodial Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for custodial services at Fort Riley, Kansas, under a contract that spans from 2025 to 2030. The procurement aims to maintain cleanliness and hygiene across approximately 130 facilities, covering over one million square feet, with a focus on high-traffic areas and sensitive environments such as Child Development Centers. This contract is crucial for ensuring a safe and sanitary environment for military personnel and visitors, adhering to federal standards and regulations. Interested contractors must submit their proposals by March 10, 2025, and can direct inquiries to Selvena Carter at selvena.b.carter.civ@army.mil or Richard Brown at richard.d.brown144.civ@army.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 the solicitation titled V231--HOPTEL Veteran Overnight Lodging (VA-25-00028403). The contract, which is set to commence on April 1, 2025, and run until March 31, 2030, requires the contractor to supply a minimum of 13 rooms each night, with the potential for additional rooms as needed, ensuring compliance with AAA "two diamond" standards and federal safety regulations. This initiative is part of the VA's commitment to enhancing accommodation offerings for veterans and their caregivers, promoting 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 direct inquiries to Laura A. Broacha at Laura.Broacha@va.gov.
    Lodging and Transportation Management Services at the National Guard Professional Education Center (PEC) at Camp Joseph T. Robinson in North Little Rock, Arkansas 72199.
    Buyer not available
    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.