TEMPORARY LODING FOR USCG RESERVIST
ID: 70Z08425QDL940021Type: Combined Synopsis/Solicitation
AwardedSep 5, 2025
$356.8K$356,792
AwardeeTRAVEL LODGING GROUP LLC Dover DE 19901 USA
Award #:70Z08425PDL940049
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDLOG-9NORFOLK, VA, 23510, 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 Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for temporary lodging services for personnel of Port Security Unit 307 in Clearwater, Florida. The contract requires accommodations for 90 single occupancy and 620 double occupancy rooms, totaling approximately 1,944 room nights during the base period from July 10, 2025, to June 30, 2026, with an option to extend until June 30, 2027. This procurement is crucial for ensuring that Coast Guard Reservists have access to suitable lodging during their service, adhering to specific requirements such as a maximum distance of five miles from the base, non-smoking rooms, and compliance with safety standards. Interested parties must submit their proposals by June 20, 2025, at 1:00 PM Pacific Time, and can direct inquiries to Contracting Officer Terry E. Craft at terry.e.craft@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The US Coast Guard (USCG) is soliciting proposals for temporary lodging for personnel of the Port Security Unit 307, located in Clearwater, FL, for the period of July 10, 2025, to June 30, 2026, with an option to extend until June 30, 2027. Required accommodations include 90 single occupancy and 620 double occupancy rooms, totaling 710 rooms available for a projected 1,944 room nights. Specific room types and booking dates are outlined throughout the contract period, with notice given 28 days prior to occupancy. Requirements specify a maximum distance of five miles from the base, non-smoking rooms, and housing for all personnel at one location. Key provisions include free Wi-Fi, included parking charges, and a 24-hour reception. Additionally, all facilities must comply with established safety standards and cleanliness protocols. The contract stipulates a firm fixed price paid via electronic funds transfer, exempt from various taxes. It emphasizes that additional charges beyond the room cost are the responsibility of individual Coast Guard members and that contractors will invoice based on reservation periods. Adherence to Federal Acquisition Rules regarding funding is necessary, especially during fiscal constraints.
    This government file outlines a solicitation for Women-Owned Small Business (WOSB) contracts, specifically focusing on providing temporary lodging services in Clearwater, Florida, for a specified duration. The project, designated with the requisition number 93310PR250000021, has a base period from July 2025 to June 2026 and an option year from July 2026 to June 2027, with a total estimated value of $40 million. The file includes essential details about the solicitation, such as key deadlines for submission, contact information, required documentation, and payment processing instructions. It emphasizes specific criteria for contractor eligibility, including designations like Economically Disadvantaged Women-Owned Small Business (EDWOSB) and mentions compliance with federal regulations, including the Federal Acquisition Regulation (FAR) provisions. The structured format includes sections for bid evaluation, itemized scheduling of services, and conditions for contract acceptance. This document plays a crucial role in facilitating procurement, promoting participation of small businesses in government contracts, and ensuring transparency in government spending processes.
    The document provides responses to inquiries related to a lodging services contract for the U.S. Coast Guard, confirming the presence of an incumbent contractor and associated contract details. It establishes that the requirement is not new, as previous berthing requests have been made, and identifies past hotels utilized, including Hilton and Courtyard properties. The Coast Guard confirms adherence to FAR 19.203 for SDVOSB bids and maintains a firm 5-mile radius for hotel selection due to operational needs. Clarifications regarding room requirements, booking processes, and contract liabilities are addressed, with fixed pricing established for accommodations. The submission also emphasizes that reservations are not entitled to transportation rental or credit card provisions by the Coast Guard, and supplementary hotel arrangements would be limited to 3-4 facilities. The document underscores the structured nature of the RFP process, including the need for compliance with previously set standards and accurate projections for room nights needed in advance of the contract execution period. Overall, it serves to clarify expectations, parameters, and responsibilities associated with the contract bidding process for interested parties.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Berth, Crew Rack and Locker, Wardrobe
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking vendors to supply crew berths and wardrobe lockers under Request for Quote 70Z08526Q30005B00. The procurement includes 11 crew racks and 17 wardrobe lockers, all of which must meet specific part numbers and military packaging standards, ensuring they are delivered in new, fully assembled condition. These items are crucial for the operational readiness and accommodation of personnel within the Coast Guard. Quotes are due by December 17, 2025, at 1 PM EST, with delivery expected by April 20, 2026, and interested parties should direct inquiries to Carlos Diaz Garcia at Carlos.A.DiazGarcia@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil.
    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.
    Pilot Locker Restroom Renovation
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking proposals for the renovation of the pilot locker restroom at Base Borinquen in Aguadilla, Puerto Rico. The project aims to upgrade essential facilities, including showers, toilets, sinks, and lighting, while ensuring compliance with local building codes and minimizing disruption to Coast Guard operations. This renovation is crucial for enhancing user experience and aligning restroom facilities with modern standards. Interested contractors are encouraged to attend a site visit scheduled for July 31, 2025, and must submit their quotes by 12 PM on August 8, 2025, to Miguel A. Cruz-Rivera. For further inquiries, contact Hector D. Laguer Garcia or LT Clara Dahill Baue via the provided emails.
    Request for information - Juneau Family Housing
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information regarding the direct lease of new construction housing in Juneau, Alaska, with the potential for eventual acquisition. The project aims to provide sixty-one housing units, including a mix of one to four-bedroom units, with specific requirements for accessibility and compliance with local, state, and federal standards. This initiative is crucial for accommodating eligible Coast Guard personnel and their families stationed in the area, with a lease term of one year and options for up to four extensions, potentially leading to a purchase in the second year. Interested parties can contact David Brumley at David.E.Brumley@uscg.mil or call 510-637-5529 for further details and to participate in upcoming public meetings regarding the project.
    Housing Provider
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the United States Secret Service (USSS), is seeking lodging providers to manage room blocks for the 2028 Olympic and Paralympic Games in Los Angeles, CA. The primary objective is to secure a minimum of fifty (50) rooms at various event venues for durations of 30 to 60 days, ensuring consistent terms, amenities, and flexible cancellation policies without penalties. This procurement is crucial for supporting the National Special Security Event (NSSE) security plan, which necessitates reliable housing for personnel involved in the event. Interested parties must submit their responses by December 30, 2025, at 11:00 AM Eastern Time, and can contact Danielle Donaldson at danielle.donaldson@usss.dhs.gov or Katheryn Dennis at katheryn.dennis@usss.dhs.gov for further information.
    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.
    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.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking proposals for a Time Charter Lease to provide transportation and logistics support services. The primary objective of this procurement is to enhance USCG operations by facilitating at-sea replenishment and related logistical support, which includes food, fuel, potable water, and personnel management. This contract is crucial for maintaining operational readiness in the Caribbean Basin and Gulf of America, with a performance period consisting of a 6-month base and a 6-month option. Interested contractors should contact Justin Geisendaffer or Sara Andrukonis for further details, with a total estimated contract value of $3.6 million for both periods combined.
    Base Elizabeth City CG Day Tent Rental
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide tent rental services for the Coast Guard Day event at Base Elizabeth City, North Carolina, scheduled for August 1, 2026. The contractor will be responsible for supplying various tents, including a 40x40 keder tent, a 40x40 pole tent, and additional tents of varying sizes, along with necessary transportation, labor, and equipment for setup and takedown. This procurement is crucial for ensuring the logistical support and infrastructure required for large-scale public events, emphasizing the importance of compliance with specifications and safety standards. Interested vendors must submit their quotes by noon Eastern Time on May 8, 2025, and are encouraged to contact Tami Clark at tami.n.clark@uscg.mil for inquiries, while ensuring they have an active vendor record at SAM.gov and meet the small business size standards prior to the submission deadline.