Lodging BPA
ID: FA663325Q0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA6633 934 AW PKMINNEAPOLIS, MN, 55450-2100, 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 Air Force, is soliciting proposals for Blanket Purchase Agreements (BPA) to provide lodging services for members of the 934th Airlift Wing in Minneapolis, Minnesota. The lodging facilities must be located within 15 miles of the 934th AW Air Reserve Station and are required to meet specific operational standards, including cleanliness, safety, and 24/7 check-in services. This procurement is crucial for accommodating military personnel during Unit Training Assembly weekends, with an expected need for 100-150 rooms per night. Interested vendors, particularly small businesses, should direct inquiries to Jessica Ferris at jessica.ferris.5@us.af.mil or Mikkael Hahn at mikkael.hahn.1@us.af.mil, and are encouraged to submit their capability statements by the specified deadlines, with the total award amount projected at $40 million.

    Point(s) of Contact
    Files
    Title
    Posted
    The document contains a Q&A section for the Lodging Blanket Purchase Agreement (BPA) solicitation (FA663325Q0007). It outlines instructions for submitting quotes via an attached sheet and requires a capability statement emailed to designated personnel. The government prefers direct contracts with hotels, excluding third-party vendors, and allows submission of quotes for multiple properties but requires separate submissions. The expected lodging needs encompass 100-150 rooms per night for the 934th unit and 75-90 rooms for the 133rd unit, typically during Unit Training Assembly (UTA) weekends, which are on the first weekend of each month. The BPA is expected to start between July 1 and August 1, 2025. This document emphasizes clarity in submitting proposals while detailing the lodging needs of military units, underscoring the government's approach to directly establish BPAs with hotel entities for operational efficiency.
    The Performance-Based Work Statement (PWS) outlines the requirements for lodging services for the 934th Minneapolis Air Reserve Station and the 133rd Air National Guard. The contractor must provide single and double-occupancy rooms within 15 miles of the military base, adhering to federal safety standards and commercial quality. Required room features include proper lighting, functional locks, cleanliness, and adequately equipped bathrooms. The lodging facility must provide 24/7 check-in services, advance reservation handling, and security for guest valuables. Housekeeping standards demand daily cleaning, ensuring public areas are well-maintained, while linen services require freshly laundered bedding and towels. The contractor's performance will be monitored through rigorous inspections, enforcing standards related to compliance and guest service quality. Cancellation policies permit reservations to be adjusted with 24-hour notice. The contractor must uphold policies preventing conflicts of interest and ensure that all applicable laws are followed. Overall, the PWS establishes specific lodging standards to ensure comfortable accommodations for military personnel while maintaining strict accountability and quality assurance.
    The off-base lodging price list from the 934th Contracting Office outlines the cost structure for accommodations near a military facility, specifically detailing rates for both double and single occupancy rooms. It includes a request for quotes under solicitation FA6633-25-Q-0007, with a validity period extending until July 31, 2026. The document specifies the pricing for double occupancy (two queen/king beds) and single occupancy (one queen/king bed) rooms and calls for seasonal rates, which need to be detailed by the offeror. Additionally, potential contractors are required to provide information such as their name, address, contact details, CAGE Code, and UEI, as well as whether they identify as a small business and their registration status with the System for Award Management (SAM). The government's provision of potentially multiple agreements highlights flexibility for acquiring lodging services as needed. This solicitation reflects the federal government's pursuit of cost-effective lodging solutions for personnel while adhering to procurement regulations.
    The Blanket Purchase Agreement (BPA) outlines terms for lodging services for the government from July 1, 2025, to June 30, 2030, or until $500,000 in orders is reached. It allows for single and double-occupancy rooms during Unit Training Assembly (UTA) weekends, with individual purchase orders capped at $25,000. Orders must be placed by designated Ordering Officers, who must provide a rooming list. The contractor is responsible for providing invoices, ensuring cleanliness and pest control, and verifying military identification at check-in. Payments can be made via Government Purchase Card or Wide Area Workflow. Regular inspections will verify compliance with safety, health, and cleanliness standards. Prices must remain competitive and exclude tax. This BPA seeks to streamline lodging procurement while enforcing strict operational and cleanliness guidelines, emphasizing accountability and timely reporting from the contractor to ensure effective service delivery.
    The document appears to be a corrupted or unreadable file without coherent content, which compromises the ability to extract any meaningful information or summarize it effectively. However, the purpose of the original file likely pertains to government RFPs (Requests for Proposals), federal grants, and state or local RFPs. Typically, such documents serve to outline procedures for securing funding or contracts within various governmental sectors, specifying requirements and expectations for applicants. The structure of RFPs usually includes an overview of the project, eligibility criteria, submission guidelines, and evaluation metrics, ensuring all parties understand the support available for projects aligned with government objectives. While the text itself cannot be analyzed due to its unreadable condition, the overall intent focuses on facilitating governmental collaborations through funding opportunities and structured proposals.
    The file outlines wage determinations under the Service Contract Act as mandated by the U.S. Department of Labor. It specifies minimum wage requirements for contracts awarded on or after January 30, 2022, or renewed after this date, stipulating a minimum of $17.75 per hour under Executive Order 14026. For contracts awarded between January 1, 2015, and January 29, 2022, the wage floor is set at $13.30 per hour under Executive Order 13658. The document provides comprehensive wage rates for a wide range of occupations, including administrative, automotive service, food preparation, general services, health professions, and technical positions. Furthermore, it details fringe benefits such as health and welfare requirements, vacation policies, and holiday entitlements. Additional obligations under Executive Orders regarding paid sick leave and uniform allowances are also included. Employers are guided on how to classify unlisted jobs and seek appropriate wage determinations via the conformance process, ensuring compliance with federal labor standards. This document serves as a critical framework for contractors and grant recipients to adhere to labor laws and ensure fair compensation for workers across various sectors when engaging in government contracts.
    The document outlines a solicitation for a contract aimed at women-owned small businesses (WOSB) to provide lodging services for military members stationed outside commuting distance. The requisition number FA663325Q0007 details the requirements for off-base lodging and includes critical administrative data such as the solicitation number, effective dates, and contact information for inquiries. The total award amount is projected at $40 million. The solicitation incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including those concerning inspections, payment protocols, and small business utilization. This contracting opportunity is designed to foster participation from economically disadvantaged women-owned small businesses, while also emphasizing compliance with labor and contractual regulations. The document includes mandatory terms and conditions affecting contract execution and provides a framework for the evaluation of offers from potential contractors while ensuring adherence to legal and ethical requirements throughout the procurement process. This RFP exemplifies the government’s commitment to boost engagement with small and minority-owned businesses in federal contracting.
    Lifecycle
    Title
    Type
    Lodging BPA
    Currently viewing
    Solicitation
    Similar Opportunities
    Design and Build Repair Facade and Roof B707
    Dept Of Defense
    The Department of Defense, specifically the Air Force Reserve Command at the 934th Minneapolis Air Reserve Station, is seeking qualified contractors for a Design-Build project focused on the repair of the façade and roof of Building 707, a 299-room lodging facility. The project entails comprehensive professional design services, including field investigations, design document preparation, and construction monitoring, with responsibilities for all supervision, labor, materials, and equipment necessary to fulfill the requirements outlined in the Statement of Work. This initiative is critical for maintaining the structural integrity and safety of the facility, which has experienced issues such as leaking skylights and façade failures, necessitating repairs to both the exterior and interior elements. Interested vendors must submit a capabilities statement by January 5, 2026, to Chin Kuk Dahlquist at chin.kuk.dahlquist.1@us.af.mil, with the anticipated contract value ranging between $1 million and $5 million and a performance period of 405 days.
    Commercial Lodging BPA - Peterson SFB
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified small businesses to provide commercial lodging services under a Blanket Purchase Agreement (BPA) for personnel stationed at Peterson Space Force Base in Colorado. The contractor will be responsible for supplying single and double occupancy hotel or motel rooms within ten miles of the base, ensuring compliance with specified performance standards, including security, cleanliness, and accessibility. This procurement is vital for accommodating military personnel, particularly Air Reserve Airmen, during their assignments, with the BPA set to remain open for responses until November 25, 2029. Interested vendors should contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details.
    Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL
    Dept Of Defense
    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.
    COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO
    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.
    NVANG UTA LODGING JANUARY 2025 - DECEMBER 2026
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide lodging accommodations for authorized personnel of the Nevada Air National Guard's 152d Airlift Wing from January 2025 to December 2026. The procurement requires single and double occupancy lodging within a three-mile radius of the 152d Airlift Wing located at 1776 National Guard Way, Reno, NV, ensuring that all facilities meet public health and security standards. This contract, which will be awarded based on best value criteria including pricing and technical capability, is set aside for small businesses with a total estimated value not exceeding $40 million. Interested vendors must submit their quotes via email to the designated contacts by 10:00 AM PDT on December 17, 2025, and ensure their proposals remain valid for at least 60 days post-solicitation close.
    665th SMC Lodging
    Dept Of Defense
    The Department of Defense, specifically the South Dakota Army National Guard, is seeking commercial lodging services for an upcoming event in Mitchell, SD, scheduled from November 13 to November 15, 2025. The requirement includes providing a total of 153 rooms, with an estimated 51 rooms needed per night for the duration of the stay. This procurement is categorized as a total small business set-aside under FAR Part 19.5, and the contract will be awarded as a Firm Fixed Price, contingent upon the availability of fiscal year 2026 funds. Interested vendors can reach out to Andrew Kennedy at andrew.j.kennedy16.civ@army.mil or by phone at 605-737-6731 for further details, with the solicitation expected to be posted within a week of this presolicitation notice.
    Establish a Blanket Purchase Agreement to Support Fort Sill Overflow Off-Post Lodging/Hotel
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Sill, Oklahoma, is seeking to establish a Blanket Purchase Agreement (BPA) for overflow lodging services for soldiers in-processing or attending training at the Fort Sill army post. The requirement includes providing hotel accommodations within a 10-mile radius of Fort Sill, with specific amenities such as in-room facilities, laundry services, and internet access, to be utilized when on-post housing is at capacity. Interested contractors must submit a capabilities statement by December 23, 2025, detailing their ability to meet the outlined requirements, along with company information and size classification, to the designated points of contact, Brandi O'Daniel and Sommer Roach, via email.
    Short term lodging JBLM WA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking short-term lodging services at Joint Base Lewis-McChord (JBLM) in Washington. The procurement aims to provide accommodations for personnel, highlighting the importance of reliable lodging options for military operations and personnel support. Interested vendors can find more details and contact the primary support team at Marketplace Support via email at MarketplaceSupport@unisonglobal.com or by phone at 1.877.933.3243. There are no set-asides for this opportunity, and the NAICS code for this procurement is 721110, which pertains to hotels and motels.
    Lodging Support-PALMETTO REACH Saipan/Palau (Amendment 1)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified small businesses to provide lodging support services for Operation PALMETTO REACH in Saipan and Palau. The procurement aims to secure accommodations for approximately 123 individuals in Saipan and 79 in Palau from January 6 to January 21, 2026, with specific requirements for room types, amenities, and services outlined in the Performance Work Statement. This opportunity is critical for ensuring adequate lodging for personnel during the operation, and interested vendors must submit their quotes by December 16, 2025, with questions due by December 12, 2025. For further inquiries, potential offerors can contact Levi Mowrey at levi.mowrey@us.af.mil or TSgt Patrick Thomas at patrick.thomas.30@us.af.mil.
    Dorm 742 Renovation
    Dept Of Defense
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.