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
    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.
    Hotel Lodging BPA
    Dept Of Defense
    The Department of Defense, specifically the Oklahoma Air National Guard, is seeking proposals for a Blanket Purchase Agreement (BPA) for hotel lodging services from January 1, 2026, to December 31, 2030. The procurement aims to establish firm-fixed price agreements with lodging vendors to provide billeting services for its members, ensuring compliance with specific requirements such as competitive pricing, private baths, air conditioning, and daily housekeeping. This initiative is crucial for accommodating personnel during training and operational activities, with a maximum call limit of $350,000 per vendor. Proposals are due by December 16, 2025, at 10:00 AM CST, and interested parties must be registered in SAM and submit completed certifications. For further inquiries, contact Kurt A Ennis at kurt.ennis.4@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.mil.
    SFSC - CATERED SERVICES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure catered meal services for the Wyoming Army National Guard. The requirement involves providing buffet-style breakfast and lunch for 200-250 attendees, with the intent to negotiate a sole-source contract with LITTLE AMERICA HOTEL, the only authorized provider due to health regulations. Interested contractors may challenge this sole-source intent by submitting an interest letter and capabilities statement by December 23, 2025, at 10:00 A.M. Mountain Time. For further inquiries, potential bidders can contact Nickolas Woske at nickolas.l.woske.civ@army.mil or Roberto Rodriguez-Santiago at roberto.rodriguezsantiago.civ@army.mil.
    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.
    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.
    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.
    Kittery/Portsmouth Lodging
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting bids for lodging services in Kittery, Maine, specifically to secure 50 double-occupancy rooms nightly for 135 nights from February 1 to June 15, 2026. The contract, which is set aside for small businesses, requires accommodations that meet specific safety and service standards, including room specifications, weekly maid service, and compliance with fire safety regulations. This procurement is essential for providing safe and comfortable lodging for sailors stationed at the shipyard. Quotes are due by December 20, 2025, at 5:00 PM EST, and interested vendors must be registered in SAM and submit their proposals via email. For further inquiries, contact Alyssa Cress at alyssa.a.cress.civ@us.navy.mil or call 207-994-0740.
    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.
    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.
    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.