187th FW Hotel/Lodging BPA
ID: W50S6N24QA015Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7MT USPFO ACTIVITY ALANG 187MONTGOMERY, AL, 36108-4824, USA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

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

    The US Department of Defense aims to contract commercial lodging services for its military personnel, specifically the 187th Fighter Wing in Montgomery, Alabama. The procurement seeks to establish multiple firm-fixed-price Blanket Purchase Agreements (FFP BPAs) with compliant suppliers for Regularly Scheduled Drill (RSD) weekends and weekday drills. Offerors should provide competitively priced, individually climate-controlled hotel rooms that adhere to stringent safety and housekeeping standards. These rooms are intended for temporary accommodation during military exercises and must include essential amenities, with suppliers ensuring prompt responses to reservation requests.

    The solicitation emphasizes the need for efficient and cost-effective solutions, with evaluations based on pricing, technical capability, and past performance. Offerors must submit detailed quotes and certifications electronically. Key dates to note are the submission deadline and the required 30-day phase-in period. This procurement also outlines a streamlined internal protest resolution process for interested parties.

    Contact details are provided for Mr. Stephen Shanks and Maj Jeremy Hendrick for any clarifications, with the funding amount not specified in the available information.

    Point(s) of Contact
    Files
    Title
    Posted
    The primary objective of this procurement is to secure lodging accommodations for members of the 187th Fighter Wing, Alabama Air National Guard Base (187FW ALANGB), during their Regularly Scheduled Drill (RSD) weekends and weekday drills. The government seeks a contractor to provide a specified number of non-smoking, indoor, individually climate-controlled rooms with essential amenities. These rooms must adhere to strict safety, housekeeping, and ventilation standards. The contractor is responsible for furnishing all necessary equipment and ensuring quality service, with annual inspections to maintain specified standards. The required services include guaranteeing late arrivals, maintaining a 24-hour check-in service, and providing a roommate roster for each reservation. The contractor is also expected to perform criminal background checks on their workers. The procurement's scope covers a five-year period, with room reservations coordinated through an established ordering process. Key dates include a 30-day phase-in period and the provision of an annual RSD schedule by the 187FW Services Office. The contractor is obliged to attend periodic progress meetings and submit a Quality Control Plan within 10 days of contract award. Evaluation of proposals will likely focus on the contractor's ability to meet the detailed room requirements, ensure compliance with standards, and maintain an effective quality control system. Cost and other factors may also be considered in selecting the successful bidder.
    The government seeks lodging services for its service members, specifically temporary accommodation as requested by authorized individuals. This is a Blanket Purchase Agreement (BPA) with a five-year performance period, mandating prompt email-based ordering and a quick response from suppliers. The pricing structure is established, with variations based on the purchase value: under $10,000 or above. Accommodations above this threshold must be approved by the Contracting Officer. The supplier must have the capacity to manage email communication and PDF files, as these are the primary modes of interaction. The BPA also outlines detailed invoicing procedures, with variations for different purchase values. This agreement ensures the government's efficient procurement of lodging services, emphasizing flexibility and quick turnaround times.
    The government seeks to procure commercial lodging services for its personnel, specifically hotel room bookings. The aim is to establish multiple firm-fixed-price Blanket Purchase Agreements (FFP BPAs) with competitive suppliers. Offerors should provide their best prices per room per night, as the evaluation process will consider price, technical capability, and past performance. The focus is on ensuring practical competition and alternative options. The Statement of Requirements (SOR) document outlines inspection procedures and criteria, while the Performance Work Statement (PWS) details delivery locations. Vendors must submit their quotes electronically, with all offers valid for 60 days post-solicitation. The evaluation of technical capability will be based on the SOR's criteria, and past performance will consider contracting officers' direct knowledge and relevant ratings. Key dates include the submission deadline specified on the SAM posting, with offers to be emailed to the indicated points of contact. The procurement seeks to secure efficient and cost-effective lodging solutions for government personnel.
    The government seeks a comprehensive inspection of a hotel's exterior and sleeping rooms, assessing maintenance, safety, and amenity standards. Emphasis is on ensuring guest comfort and safety, with detailed evaluations of the hotel's grounds, security, and guest room essentials, including cleanliness, functionality, and aesthetic appeal. The inspection also covers bathroom facilities, focusing on hygiene, design, and privacy. Additionally, the hotel should provide 24-hour services and amenities like dining and message facilities, with the ability to accommodate large groups. Hotels will be rated based on their compliance with these rigorous standards, which prioritize a secure and welcoming environment for guests.
    The National Guard aims to establish an efficient protest resolution process with its NG Agency Protest Program. Instead of filing protests externally, such as at the Government Accountability Office, interested parties are encouraged to use this internal mechanism for dispute resolution. Protests must be filed within the time periods outlined in the FAR 33.103 and should request resolution under the NG program. The goal is to expeditiously resolve protests within 35 days of filing. This program ensures contract award or performance suspension during the protest period, offering a streamlined approach to managing discrepancies and fostering a fair contracting environment within the National Guard.
    The government seeks to procure various defense and telecommunications equipment, emphasizing unique item identification requirements. The RFP outlines detailed clauses and provisions governing this process. Offerors must provide a unique item identifier for delivered items costing $5,000 or more, with exceptions for certain line items specified in the schedule. These identifiers must be machine-readable and conform to specific international standards. Offerors are also required to submit representations and certifications regarding their status as small businesses, veteran-owned businesses, or women-owned businesses, among other categories. Additionally, they must certify compliance with labor and employment regulations and provide information on their tax status and place of manufacture for the end products offered. Key dates and timelines are not explicitly mentioned in the available information. Instead, the focus is on the comprehensive requirements that prospective contractors must meet. The evaluation criteria for selecting the successful offer are not explicitly stated but seem to involve compliance with the numerous mandates outlined in the RFP.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    RFI # 1 Commercial On-Base Lodging (COBL)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information regarding the privatization of transient lodging at its installations across the United States, its territories, and possessions. The initiative aims to enhance lodging operations to support the mission and improve the experience for Airmen, Guardians, and their families by potentially privatizing approximately 17,000 rooms across 60 installations, modeled after the successful Privatized Army Lodging program. Interested parties are encouraged to provide feedback on strategies for structuring the transaction and ensuring compliance with industry standards for lodging, with responses due approximately 21 days after posting. For further inquiries, interested vendors can contact the COBL Workflow at afcec.cil.workflow@us.af.mil or Benjamin T. Kindt at benjamin.kindt.1@us.af.mil.
    147th C Battery IDT Lodging
    Active
    Dept Of Defense
    The Department of Defense, specifically the South Dakota Army National Guard, is seeking a qualified contractor to provide commercial lodging services in Yankton, South Dakota, for personnel during Inactive Duty Training (IDT) weekends. The contract requires the provision of clean, smoke-free double occupancy rooms that meet FEMA standards, with an estimated need for lodging covering approximately 392 nights per year, primarily for around 32 personnel. This procurement is significant for ensuring the operational readiness of the National Guard and supports the government's initiative to enhance opportunities for women-owned small businesses. Quotes are due by 12:00 p.m. Mountain time on September 24, 2024, and interested parties should contact Andrew Kennedy at andrew.j.kennedy16.mil@army.mil for further details.
    640 Furniture
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to furnish dormitory 640 at Malmstrom Air Force Base in Montana. The procurement involves providing modern, non-upholstered furniture sets for bedrooms and dining areas, ensuring all items are solidly constructed and fully assembled, with delivery, installation, and disposal of previous items included in the total price. This project is crucial for maintaining quality living conditions for dormitory residents and adheres to strict military standards regarding materials and safety protocols. Interested small businesses must submit their quotes by September 18, 2024, and can direct inquiries to Lt Alessandra Ramirez at alessandra.ramirez.1@us.af.mil or Erik Hallberg at erik.hallberg.1@us.af.mil for further details.
    Lodging Rooms
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for lodging accommodations, specifically 425 nights of furnished hotel or motel rooms annually, for staff participating in New Employee Orientation (NEO) at the James H. Quillen VA Medical Center in Mountain Home, Tennessee. The procurement requires a single hotel location within a 5-mile radius of the medical center, ensuring compliance with federal standards, including accessibility and safety regulations, while maintaining smoke-free accommodations and necessary amenities. This opportunity is set aside for small businesses and consists of five one-year ordering periods from September 2024 to September 2029, with room rates required to be at or below government per diem rates. Interested parties must submit their quotations electronically by September 20, 2024, and can contact Preston Gerretse at preston.gerretse@va.gov for further information.
    JUBJ 23-4636 REPLACE CHILLERS B872,873, 874, and 863 (Solicitation)
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the replacement of chillers in buildings B872, B873, B874, and the B863 Youth Center at Maxwell Air Force Base in Montgomery, Alabama, under project number JUBJ 23-4636. The project entails the removal of existing chillers and installation of new systems, requiring compliance with environmental regulations and a phased approach to minimize disruption during the 480-day construction period. This initiative is crucial for modernizing facility infrastructure and ensuring operational reliability while adhering to safety and environmental standards. Interested contractors must submit sealed bids with an estimated budget between $1,000,000 and $2,000,000, and can contact SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or 334-953-3879 for further details.
    Maxwell AFB - AFJROTC Uniform Items BPA
    Active
    Dept Of Defense
    The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base, is seeking proposals for the establishment of multiple Blanket Purchase Agreements (BPAs) to supply uniform items for the Air Force Junior Reserve Officer Training Corps (AFJROTC). The procurement aims to consolidate the supply of over 89 mandatory uniform items for approximately 125,000 cadets across 870+ locations, ensuring timely delivery of essential educational materials and uniforms. This initiative is crucial for maintaining uniformity and recognition within the AFJROTC program, which plays a significant role in character development and community service among cadets. Interested small businesses must submit their proposals by September 23, 2024, with a maximum spend of $250,000 for contracting officers and $25,000 for representatives per call, and the ordering period will extend from September 30, 2024, to September 29, 2029. For further inquiries, contact Nathan A. Kercher at nathan.kercher.1@us.af.mil or Mark K. Restad at mark.restad.1@us.af.mil.
    TEMPORARY BERTHING DUTY ROOMS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Strategic Weapons Facility Atlantic (SWFLANT), is seeking a firm fixed-price contract for temporary berthing duty rooms, which are essential for accommodating personnel in a secure environment. The Navy Exchange Service Command is identified as the sole vendor capable of meeting the facility's specific security and operational requirements, leading to a single-source solicitation under FAR regulations. Interested vendors are encouraged to express their interest and demonstrate their capability by September 23, 2024, while all communications must be conducted via email to the SPK12 Contracts/Procurement Division at SPK12CONTRACTS@SWFLANT.NAVY.MIL. Vendors must also register with the System for Award Management (SAM) to participate in this procurement process.
    Amendment 00001 - Pressure Washing Services - Maxwell AFB AL
    Active
    Dept Of Defense
    The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base, Alabama, is seeking quotations for pressure washing services for three specific buildings at the base. The objective of this procurement is to enhance the appearance of the LeMay Center following recent upgrades, including HVAC repairs and carpet replacements, by ensuring the exterior walls and sidewalks are properly cleaned. This opportunity is a total small business set-aside under NAICS Code 561790, with a contract period of performance lasting 60 days post-award. Interested contractors must submit their quotes by September 23, 2024, at noon CST, and are encouraged to attend a site visit scheduled for September 16, 2024. For further inquiries, potential offerors can contact SrA Chase Flowers at chase.flowers@us.af.mil or Kimberly A. Knott at kimberly.knott.1@us.af.mil.
    Horticulture Combined Synopsis/Solicitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the 42nd Contracting Squadron at Maxwell Air Force Base (AFB) in Montgomery, Alabama, is seeking proposals for horticultural and landscaping services under solicitation number F2X3CE4185AQ01. The contractor will be responsible for non-personal services that include landscape design, greenhouse management, and grounds maintenance, aimed at enhancing the aesthetic appeal and safety of the installation. This opportunity is a total small business set-aside, and proposals must adhere to Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulations (DFARS), with a firm-fixed price contract expected to be awarded. Interested contractors should submit their proposals by September 27, 2024, following a site visit on September 19, 2024, and can direct inquiries to Jordan Johnson at jordan.johnson.49@us.af.mil or Darrell C. Ladnier at darrell.ladnier@us.af.mil.