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.