NVANG UTA LODGING JANUARY 2025 - DECEMBER 2026
ID: W50S8C26QA001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NM USPFO ACTIVITY NVANG 152RENO, NV, 89501-4494, 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 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 requirement includes single and double occupancy lodging within a three-mile radius of the 152d Airlift Wing located at 1776 National Guard Way, Reno, NV, with all facilities subject to public health and security inspections. This procurement is crucial for supporting training activities and ensuring that personnel have access to suitable accommodations during their duty status. Interested vendors must submit their quotes via email to the designated contacts by December 17, 2025, at 10:00 AM PDT, with the contract expected to be awarded based on best value criteria, including pricing and technical capability.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    195 Wing Commercial Lodging
    Buyer not available
    The Department of Defense, specifically the California Air National Guard's 195th Wing, is seeking qualified vendors to establish multiple pre-priced Blanket Purchase Agreements (BPAs) for commercial lodging services. The objective is to provide lodging accommodations for authorized personnel during In-Active-Duty Training (IDT) status, including Regularly Scheduled Drills (RSD) and Rescheduled Drills (RD), with specific requirements for single or double occupancy non-smoking rooms. This procurement is crucial for ensuring that personnel have reliable lodging during training periods, and vendors can propose facilities across multiple locations, with quotes effective for one year and subject to annual review. Interested parties should submit their quotes via the PIEE solicitation module by December 10, 2025, and direct any questions to Carmen Ridener at carmen.ridener@us.af.mil or by phone at 530-790-8944.
    Hotel Lodging BPA
    Buyer not available
    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.
    665th SMC Lodging
    Buyer not available
    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.
    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.
    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.
    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, Maintenance, and Modernization of Hawthorne Army Depot
    Buyer not available
    The Department of Defense, through the Army Contracting Command-Rock Island, is soliciting proposals for the operation, maintenance, and modernization of the Hawthorne Army Depot (HWAD) in Nevada, with the contract set to commence in 2026. The selected contractor will be responsible for a range of services, including Supply Depot Operations, munitions demilitarization, and various base support operations such as environmental management and safety protocols. HWAD is a critical facility as the largest Army Depot in the Organic Industrial Base and the only Government-Owned Contractor-Operated site with demilitarization capabilities. Interested parties must submit their proposals by December 1, 2025, at 12:00 PM CST, and are encouraged to direct any inquiries to Ashley Korves at ashley.m.korves.civ@army.mil or John Fotos at john.g.fotos.civ@army.mil.
    SABER IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Nellis Air Force Base, Creech Air Force Base, and the Nevada Test and Training Range. This contract, set aside for HUBZone firms, aims to provide a wide range of construction and maintenance services, including carpentry, plumbing, HVAC, and electrical work, with individual task orders valued between $15,000 and $4 million, and a total ceiling amount not exceeding $185 million over a five-year period. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by January 23, 2026, following a pre-proposal conference scheduled for October 29, 2025. For further inquiries, potential bidders can contact Corrine Lemon at corrine.lemon@us.af.mil or Angela Mendoza at angela.mendoza.1@us.af.mil.
    FY26 CYP WINTER RETREAT
    Buyer not available
    The Department of Defense, through the United States Property and Fiscal Office for Alaska (USPFO-AK), is soliciting proposals for the rental of a recreational camp facility to host the Alaska National Guard Child & Youth Program's (AKARNG CYP) Winter Retreat from January 16-19, 2026. The selected contractor must provide lodging, meals, and specialized activities for youth aged 12-18, accommodating a total of 20 individuals with separate sleeping arrangements for males and females, as well as necessary amenities such as heated bathrooms and meeting spaces. This opportunity is crucial for supporting the developmental needs of youth in the program, ensuring a safe and engaging environment for their winter retreat. Interested parties must ensure their System for Award Management (SAM) registration is active and submit any questions by December 11, 2025, with the solicitation available electronically on the SAM website. For further inquiries, contact Michael Figueroa at michael.figueroa29.civ@army.mil or Alexis Potter at alexis.d.potter.civ@army.mil.
    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.