70Z03024QCLEV0071 - U.S. COAST GUARD LODGING ACCOMODATIONS IN SUPPORT OF AIRFAC MUSKEGON
ID: 70Z03024QCLEV0071Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE CLEVELAND(00030)CLEVELAND, OH, 44199, 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

    Combined Synopsis/Solicitation Notice: U.S. Coast Guard Lodging Accommodations in Support of AIRFAC Muskegon

    The Department of Homeland Security, U.S. Coast Guard, is seeking lodging accommodations in Muskegon, Michigan, to support their personnel during the period from May 24, 2024, to September 3, 2024. The lodging accommodations are required for the duration of the performance window. The solicitation document provides detailed requirements outlined in the Statement of Work.

    The procurement is estimated to be less than $100,000.00 and falls under the Total Small Business Set-Aside category (FAR 19.5). The applicable NAICS code for this procurement is 721110, which pertains to Hotels (except Casino Hotels) and Motels. The Small Business Size Standard for this NAICS code is $40.0M.

    Interested parties can download all relevant solicitation documents exclusively from the internet at the provided website. To receive notifications, interested parties should register under the solicitation number 70Z03024QCLEV0071.

    The due date for offers will be established upon issuance of the Request for Quote, and any amendments to the solicitation will be posted on SAM.gov.

    By providing accurate and detailed analysis, you can contribute to the success of this procurement and help support the U.S. Coast Guard personnel in Muskegon.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Similar Opportunities
    V--Chincoteague NWR Lodging (32 rooms for 92 nights)
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for lodging services at Chincoteague National Wildlife Refuge, specifically to accommodate 195 Air National Guard personnel involved in a construction project from April 14 to July 3, 2025. The requirement includes providing 32 lodging rooms for a total of 92 nights, with the selected facility located within a 30-minute commute from the refuge headquarters to ensure effective coordination among team members. This lodging arrangement is crucial for the success of the project under the Department of Defense’s Innovative Readiness Training program, facilitating efficient logistics and operational effectiveness for the military personnel. Interested contractors must submit their quotations by March 20, 2025, and can contact Joni Dutcher at jonidutcher@fws.gov or 571-447-8387 for further information.
    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.
    Berthing Everett Washington
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses to provide temporary lodging services in Everett, Washington, for personnel from the Port Security Unit 313 during designated Active-Duty Training dates in May 2025. The procurement requires a total of 25 double occupancy rooms for 175 nights, with accommodations located within five miles of Naval Station Everett, adhering to specific standards such as compliance with the Hotel and Motel Fire Safety Act and a minimum AAA rating of three diamonds. Interested vendors must submit their quotes by March 20, 2025, at 08:00 AM PST, and any inquiries should be directed to Elizabeth Tam-Hurley at elizabeth.h.tam-hurley@uscg.mil or by phone at 206-815-3611.
    Off Center Lodging April 2025 - September 2025
    Buyer not available
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking qualified small businesses to provide off-center lodging services for students from April 1 to September 30, 2025. The contractor will be responsible for supplying approximately 2,754 hotel/motel rooms, ensuring compliance with specific requirements such as inside room entry doors and 24-hour front desk availability, all within a 40-mile radius of FLETC in Glynco, Georgia. This procurement is crucial for accommodating students when on-center dormitories reach capacity, thereby supporting the training mission of FLETC. Interested bidders must submit their quotes electronically by March 18, 2025, and can direct inquiries to Erin Johnson at erin.johnson@fletc.dhs.gov or by phone at 912-267-3297.
    Recapitalize Family Housing, Station Portage, U. S. Coast Guard Station Portage, Dollar Bay, MI
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors for the recapitalization of family housing at the U.S. Coast Guard Station in Portage, Dollar Bay, Michigan. The project involves the design and construction of five new multiplex housing units, including two three-bedroom and three four-bedroom units, along with infrastructure improvements such as relocating existing structures, upgrading utilities, and enhancing recreational facilities. This initiative is crucial for improving living conditions for Coast Guard personnel and their families, reflecting the federal commitment to quality housing. The estimated project value is approximately $8 million, with a performance period of 980 calendar days, and proposals are due by February 28, 2025. Interested parties can contact Clifford L. Hedgspeth Jr. at Clifford.L.Hedgspeth@uscg.mil or 206-827-1219 for further information.
    Unfunded Lodging in Key West
    Buyer not available
    The Department of Defense, specifically the Virginia Air National Guard (VaANG), is seeking quotations for unfunded lodging solutions in Key West, Florida, for authorized personnel from April 20 to April 26, 2025. The procurement aims to secure entire houses or hotel rooms that meet specific requirements, including having kitchens and secure locking mechanisms, while adhering to Department of Defense Lodging Adequacy standards with a quality rating of three to four stars. This lodging is critical for the mission success of the VaANG, ensuring personnel have safe and suitable accommodations during their assignment. Interested small businesses must submit their quotations by March 27, 2025, with inquiries directed to Desiree Santos at desiree.santos.2@us.af.mil or by phone at 757-764-7600.
    Unfunded Lodging in Savannah
    Buyer not available
    The Department of Defense, specifically the Virginia Air National Guard (VaANG), is seeking lodging accommodations for its personnel in Savannah, Georgia, from April 18 to April 28, 2025. The procurement emphasizes the need for exclusive lodging options, such as entire houses, apartments, or condos, located within 15-35 miles of designated areas, while adhering to Department of Defense lodging standards and maintaining a 3 or 4-star rating for safety and quality. This initiative is crucial for ensuring adequate housing for authorized personnel, thereby supporting the mission success of the VaANG. Interested small businesses must submit their quotations by March 27, 2025, at 3:00 PM EST, and can contact Desiree Santos at desiree.santos.2@us.af.mil or 757-764-7600 for further details.
    V--NAVY LODGING FOR LCSRON 2
    Buyer not available
    Combined Synopsis/Solicitation DEPT OF DEFENSE NAVY LODGING FOR LCSRON 2 The Department of Defense, specifically the Department of the Navy, is seeking Navy lodging services for LCSRON 2. Navy lodging is typically used to provide temporary accommodations for Navy personnel and their families during deployments, training exercises, or other official duties. The procurement is being conducted by the NAVSUP FLT LOG CTR JACKSONVILLE office. The notice falls under the category of TRANSPORT, TRAVEL, RELOCATION with a PSC code of V. For more information, please contact Timothy Merkerson at 904-542-0631.
    Unfunded St Croix Lodging
    Buyer not available
    The Department of Defense, specifically the Virginia Air National Guard, is seeking quotations for lodging services in St. Croix, U.S. Virgin Islands, under solicitation number W50S9B-25-Q-0008. The procurement aims to secure rental accommodations, including entire houses and hotel rooms, for personnel from April 21 to April 27, 2025, with a focus on properties that meet Department of Defense standards and provide necessary amenities such as kitchens. This opportunity is critical for ensuring mission success by providing safe and comfortable lodging for authorized personnel, with a total small business set-aside and a revenue cap of $40 million. Interested vendors must submit their proposals, including pricing and property details, by March 27, 2025, at 3:00 PM EST, and can contact Desiree Santos at desiree.santos.2@us.af.mil for further information.
    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.