February Lodging
ID: W50S8W25Q0005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N9 USPFO ACTIVITY WYANG 153CHEYENNE, WY, 82009-4799, 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 Wyoming Army National Guard, is soliciting quotes for lodging services required from January 27 to February 7, 2025. The procurement seeks accommodations for up to 150 single occupancy king rooms and 150 double occupancy double queen rooms, all within a 10-mile radius of Cheyenne, Wyoming, to support military personnel during this period. This contract is crucial for ensuring that service members have access to quality lodging that meets Air Force standards, emphasizing safety, cleanliness, and ethical considerations, including a zero-tolerance policy against human trafficking. Interested small businesses must comply with the outlined requirements, register with the System for Award Management (SAM), and submit their offers by the specified deadlines; for further inquiries, contact Kristopher W Kahle at kristopher.kahle@us.af.mil or call 307-772-6884.

    Point(s) of Contact
    Files
    Title
    Posted
    The document titled "W50S8W25Q0005" outlines a series of contract clauses incorporated by reference pertaining to federal government RFPs, federal grants, and local/state RFPs, focusing on conditions for contractors. Key clauses include requirements about compensation transparency for former DoD officials, whistleblower rights, safeguarding defense information, and prohibited operations linked to specific regimes like the Maduro regime. Also featured are stipulations regarding the electronic processing of payment requests through the Wide Area Workflow (WAWF), which enhances efficiency in invoicing. Offeror representations cover various business classifications like small businesses and service-disabled veteran-owned businesses, discussing compliance with Federal Acquisition Regulation (FAR) standards and certifications about domestic content in products supplied. These clauses emphasize regulatory compliance, operational integrity, and accountability, ensuring companies adhere to legal and ethical standards in government contracting. Overall, the file provides essential guidelines that shape how government contracts are administered, promoting both transparency and security in federal procurement processes.
    The Performance Work Statement (PWS) outlines the requirements for lodging services to be provided to the Wyoming Air National Guard (WYANG) from January 27 to February 7, 2025. The contractor must ensure that lodging facilities are within a 10-mile radius of Cheyenne, Wyoming, and adhere to specified check-in and check-out times. Room accommodations must meet Air Force lodging standards, including cleanliness, safety, and adequate facilities such as alarm clocks and refrigerators. Additionally, a zero-tolerance policy against human trafficking is emphasized, requiring contractors to uphold rigorous ethical standards. The document defines roles, such as the contractor and key personnel, and emphasizes quality assurance, alongside definitions of key terms relevant to the contract. It mandates that thorough safety and quality checks be regularly conducted, and security measures must be in place to protect guests and property. This PWS serves as a formal requirement for government contractors and is structured to ensure a high standard of service and compliance with federal regulations during the lodging period, addressing both operational needs and ethical considerations.
    The Wyoming Army National Guard is soliciting quotes for lodging services during the February RSD 2025. The combined synopsis/solicitation invites small businesses to provide accommodations within a 10-mile radius of Cheyenne, WY from January 27 to February 7, 2025. Two types of lodging rooms are requested: one with a king or queen bed and another with two separate queen beds, totaling 150 rooms each. The contract will be awarded based on the lowest priced, technically acceptable offer, with options for multiple vendors if necessary. All offers must comply with specified requirements as outlined in the Performance Work Statement (PWS), and potential contractors need to be registered with the System for Award Management (SAM). The government reserves the right to make awards without discussions and emphasizes the importance of timely submission and adherence to terms. For complete understanding, further provisions and clauses are provided in attached documents.
    Lifecycle
    Title
    Type
    February Lodging
    Currently viewing
    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
    Buyer not available
    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.
    Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL
    Buyer not available
    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.
    Commercial Lodging BPA - Peterson SFB
    Buyer not available
    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.
    Operation of Full Food Dining Facility
    Buyer not available
    The Department of Defense, specifically the Wyoming National Guard, is seeking a contractor to manage and operate a Full Food Service dining facility at Camp Guernsey, Wyoming. This procurement is exclusively reserved for small businesses under the NAICS Code 722310, which pertains to Food Service Contractors, and has a small business size standard of $47 million. The contract is anticipated to last one year from the notice to proceed, with proposals evaluated based on technical capability, past performance, and price, and is expected to be awarded without discussions. Interested vendors should register with the System for Award Management (SAM) and direct all inquiries to Benjamin Taylor or Nickolas Woske via email, with the solicitation expected to be issued around July 23, 2025, and closing on or around August 22, 2025.
    333rd Military Police Brigade Lodging Farmingdale, NY
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command, is seeking proposals for lodging services for the 333rd Military Police Brigade in Farmingdale, New York, from July 19 to July 22, 2025. The procurement requires the provision of 63 hotel rooms to accommodate military personnel during their Home Station Active Duty for Mobilization, with specific compliance to federal per-diem rates and safety protocols. This contract is crucial for ensuring the well-being and operational readiness of military personnel during their mobilization period. Interested vendors must submit their quotes by July 11, 2025, and can direct inquiries to Stacey Conner at stacey.r.conner.civ@army.mil or Stephanie Kless at stephanie.g.kless.civ@army.mil.
    Short Term Lodging Fort Eisenhower, GA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for short-term lodging services at Fort Eisenhower, Georgia. This procurement is set aside for small businesses and aims to provide essential lodging accommodations for military personnel and associated visitors. The services are critical for ensuring that personnel have access to comfortable and convenient lodging during their assignments, thereby supporting operational readiness. Interested vendors can find more information and submit inquiries through Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com.
    Emergency Lodging BPA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to establish multiple Blanket Purchase Agreements (BPAs) for emergency lodging services in Florida, particularly in the Orlando and Largo areas. The primary objective is to provide safe and secure accommodations for government personnel, families, and pets during natural disasters and emergencies, with a requirement for 400 to 420 rooms in Orlando and 100 to 120 rooms in Largo, all compliant with Department of Defense security assessments. This procurement emphasizes the importance of reliable lodging services that adhere to federal standards, ensuring operational continuity during emergencies. Interested parties should contact Yasemin Akman-Lloyd or Catherine P. Richardson for further details, with proposals due by July 16, 2025, and a total contract value potentially reaching $5 million over ten years.
    Short term lodging JBLM WA
    Buyer not available
    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 Seagoville, TX
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking lodging services in Seagoville, Texas, under a total small business set-aside contract. The procurement aims to secure accommodations for personnel, emphasizing the importance of reliable lodging services for military operations and personnel welfare. Interested small businesses are encouraged to review the opportunity details and contact Unison Market Place for further information. The specific requirements and deadlines for submission will be outlined in the linked documents associated with this notice.
    GUNG CYP Youth Regional Symposium, Family Programs Office (FPO), Guam Army National Guard (GUARNG)
    Buyer not available
    The Department of Defense, through the Guam Army National Guard, is seeking proposals for the GUNG CYP Youth Regional Symposium, which will be held in Barrigada, Guam. The procurement involves providing lodging and meals for participants, with a focus on delivering quality family programs. This opportunity is set aside for small businesses under the NAICS code 721110, which pertains to hotels and motels, with a size standard of $40 million. Interested vendors must submit a signed price proposal, technical proposal, and complete specific forms by the designated deadline, with the solicitation number W911YU-25-Q-A018. For further inquiries, potential offerors can contact Austin Duenas at austin.j.duenas.civ@army.mil or Maelani Ellison at maelani.t.ellison.civ@army.mil.