V--Lodging, East Point, GA
ID: W911SA23Q1100Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, USA

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Oct 10, 2023 7:46 PM
  2. 2
    Updated Oct 10, 2023 7:46 PM
  3. 3
    Due Oct 20, 2023 3:00 PM
Description

The Department of Defense, specifically the Department of the Army, has issued a Combined Synopsis/Solicitation notice for lodging services in East Point, GA. The lodging accommodations are required for a short-term stay and must meet or exceed the specified requirements. The solicitation is a Small Business Set-Aside, meaning only qualified sellers may submit bids. The lodging accommodations consist of 45 double occupancy rooms for a duration of 4 nights, totaling 180 rooms. The check-in date is November 1, 2023, and the check-out date is November 5, 2023. The solicitation will be conducted through the online platform Unison Marketplace, and interested sellers must submit their bids through this platform. It is important for sellers to provide supporting documentation for each product offered to ensure eligibility for award.

Point(s) of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Email: MarketplaceSupport@unisonglobal.com;
marketplacesupport@unisonglobal.com
Files
No associated files provided.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Hotel Rooms
Active
Dept Of Defense
The Department of Defense requires 60 hotel rooms for one night, specifically on August 17-18, in or very close to Morganton, North Carolina. The rooms are needed for official government business, and the contract is set aside for small businesses. The scope of work is limited to securing the specified number of hotel rooms in accordance with the provided statement of work (SOW). The SOW details the specific requirements, likely including the room rates, cancellation policies, and any other necessary arrangements. Eligible applicants must be small businesses as defined by the Small Business Administration (SBA) and have the ability to provide the required number of hotel rooms conforming to the specified standards and location. Funding for this requirement is approximately $10,000 - $25,000, and the contract type is likely to be a firm-fixed price. Interested parties should submit their offers by email to samuel.j.caulfield.mil@army.mil before the deadline of 17 August. Late submissions will not be considered. Offers will be evaluated based on their ability to fulfill the requirements outlined in the SOW, with the most compliant and cost-effective offers being given preference. For any clarifications or questions, interested parties can contact Samuel Caulfield at the provided email address.
Blanket Purchase Agreements (BPA) for Lodging Accommodations
Active
Dept Of Defense
The Department of Defense, specifically the Department of the Air Force, has issued a Combined Synopsis/Solicitation notice for Blanket Purchase Agreements (BPA) for Lodging Accommodations. This procurement is a Total Small Business Set-Aside and falls under the NAICS code 721110 for Hotels and Motels. The place of performance is Wright Patterson AFB, Ohio, United States. The purpose of this procurement is to provide lodging accommodations, including single occupancy, double occupancy, and non-smoking rooms, for eligible reservist personnel assigned to 445 AW and 655 ISRW at Wright Patterson AFB during Unit Training Assembly (UTA) periods. The lodging accommodations must meet Federal, State, and Local commercial standards as well as the requirements stated in the Statement of Work (SOW). The Period of Performance for this contract is from the date of award to October 31, 2027. The Government is requesting 2-3 Blanket Purchase Agreements (BPA) to fulfill this requirement. Interested vendors must submit their quotes electronically to the Contract Specialist and Contracting Officer by August 5, 2024, at 10:00 AM EST. It is important to note that the Government is only seeking quotes directly from hotel/motel/inn providers and not from third parties. Vendors must also be registered in the System for Award Management (SAM) database to be considered responsive. The solicitation attachment contains all applicable provisions and clauses that must be included in the quotations.
RSD Lodging
Active
Dept Of Defense
Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking lodging services for the 158th Vermont Air National Guard. The service is required for a period of one year, from September 6, 2024, to August 7, 2025. The lodging hotels should be located within a 10-mile radius of the 158th Fighter Wing in South Burlington, Vermont. This procurement is a Total Small Business Set-Aside and the applicable size standard is $35.0M. The solicitation number is W50S9C-24-Q-A006. The government intends to evaluate offers and award a contract without discussions with offerors. The offeror's initial offer should contain their best terms from a price and technical standpoint. The government reserves the right to conduct discussions if necessary. The contract will be awarded to the offeror who represents the best value to the government. Funding for this acquisition is not presently available, and no contract award will be made until appropriated funds are made available.
COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO
Active
Dept Of Defense
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.
NESA MENA Seminar Lodging Services
Active
Dept Of Defense
The Department of Defense requires lodging services for the Middle East North Africa (MENA) Seminar, taking place in August 2024. The contractor will facilitate accommodations for 32 individuals in the Washington, D.C. area. The scope of work involves securing a total of 32 hotel rooms, with 22 rooms funded by the US Government and 10 rooms for attendees who will self-pay. The contractor must provide accommodations that are conveniently located for seminar attendees. To be eligible, applicants must meet the requirements of a small business as defined by the Small Business Administration (SBA) and fall under the NAICS code of 721110 for Hotels and Motels. This contract is expected to be a firm-fixed price requirement, with an estimated value of $50,000 to $75,000. Applications should be submitted by email to the primary contact, Jerome Doe, with the subject line "NESA MENA Seminar Lodging Services." Deadlines are not specified, but the event's timeframe is stated as above. The evaluation of applications will be based on the ability to meet the stated requirements and the price offered. For further information or clarifications, contact Jerome Doe at jerome.n.doe.civ@mail.mil or via phone at 703-545-3564.