Vermont Air National Guard RSD Lodging
ID: W50S9C26QA002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N4 USPFO ACTIVITY VTANG 158SOUTH BURLINGTON, VT, 05403-5867, 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 Vermont Air National Guard, is seeking qualified small businesses to provide lodging services for Regularly Scheduled Drill (RSD) events in South Burlington, Vermont. The procurement involves a Firm Fixed Price contract for fully furnished lodging units, with specific requirements outlined in the Performance Work Statement, including 24/7 emergency services and compliance with health and safety regulations. This opportunity is critical for supporting the operational readiness of the Air National Guard, with the contract covering lodging needs from January to March 2026. Interested vendors must submit their quotes electronically by January 13, 2026, and can direct inquiries to MSgt Kristen Lucey or MSgt James Yoshikawa at the provided contact information.

    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines the requirements for a contractor to provide Airman Lodging Services for the Vermont Air National Guard (VTANG). The contractor will supply all necessary personnel, equipment, and materials to offer non-personal lodging services within a 50-mile radius of the VTANG facility in South Burlington, VT. The period of performance is one year, from January through March 2026. Key requirements include providing fully furnished, non-smoking units with specific amenities, maintaining 24/7 lodging and emergency services, adhering to strict security protocols, and ensuring compliance with federal, state, and local health and safety regulations. The contractor must develop a Quality Control Plan, and the government will conduct Quality Assurance surveillance. The PWS also details government-furnished information (occupant rosters) and outlines immediate reporting requirements for any disturbances or facility emergencies.
    This addendum outlines the quote submission instructions, format, content, and evaluation criteria for solicitation W50S9C-26-Q-A002, a federal government Request for Proposal (RFP) for long-term lodging services. Quotes are due by January 13, 2026, at 3:00 PM EDT, and must be submitted electronically to the specified Contracting Officers. Offerors are limited to two compliant quotes, which must be valid for at least 60 days and cover all solicitation requirements. The quote must be formatted using MS Office 2013 compatible files (Word, Excel, PDF) and include specific volumes for Technical Capability, Past Performance, and Price. Evaluation will prioritize Technical Capability, Past Performance, and Price, with the government aiming to award a single Firm-Fixed Price (FFP) contract to a responsible offeror.
    The document, identified as Attachment 3; Price Quote Spreadsheet W50S9C-26-Q-A002, is a request for proposal (RFP) for lodging services for the 158th Fighter Wing, Vermont Air National Guard, specifically for their RSD (Reserve Component Senior Development) Lodging needs. It details the required lodging for two distinct periods: February 4-8, 2026 (CLIN 0001) and March 6-8, 2026 (CLIN 0002). The RFP specifies the quantity and type of rooms (doubles and singles) needed for each day within these periods. The spreadsheet includes fields for the vendor to provide their name, UEI, submission date, and point of contact, as well as daily rates, total rate prices per night, total monthly prices, and an overall award total, all currently marked as blank for vendor input.
    This government file, W50S9C26QA002, outlines essential clauses and instructions for offerors participating in federal acquisitions of commercial products and services. It details requirements for compliance with various regulations, including those related to the Federal Acquisition Supply Chain Security Act (FASCSA), prohibition on covered defense telecommunications equipment, and Wide Area WorkFlow (WAWF) payment instructions. Key sections address representations and certifications concerning small business status, Buy American Act, Trade Agreements, and restrictions on business operations with certain foreign entities or those with delinquent federal taxes. The document also provides evaluation criteria for offers, emphasizing technical capabilities, past performance, and price, with technical and past performance being relatively more important than price. It ensures compliance with federal statutes and executive orders to maintain national security, ethical conduct, and financial accountability in government contracting.
    The National Guard (NG) Agency Protest Program offers an Alternative Dispute Resolution forum for addressing concerns with NG contracts, aiming to resolve disputes within 35 calendar days and reduce protests filed with external bodies like the Government Accountability Office (GAO). During a protest, contract award or performance is suspended similar to GAO protests. Protests must adhere to FAR 33.103 timeliness requirements and specifically request resolution under the NG Agency Protest Program. Filers can submit protests to either the Contracting Officer or the NG Agency’s Protest Decision Authority, but not both. Specific mailing and email addresses are provided for filing under this program, while other agency-level protests should be directed to the Contracting Officer as per the solicitation. Public-facing information and contracting enterprise details are available on the National Guard's website.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    V231--BPA for: WRJ VAMC Lodging
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for lodging services for veterans at the White River Junction Healthcare System in Vermont. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring lodging facilities to be located within 1.2 miles of the VA Medical Center, offering double occupancy, ADA compliance, and pet-friendly accommodations, with services available 24/7. The contract will cover a base year and four option years, running from January 19, 2026, to January 18, 2031, with evaluation criteria based on price, technical capabilities, and past performance. Interested vendors must submit their quotes by January 9, 2026, at 12:00 PM EST, and should contact Contract Specialist Paula Doerfler at Paula.Doerfler@va.gov for further inquiries.
    Bagged and Mermite Meals for the Vermont National Guard
    Dept Of Defense
    The Department of Defense, specifically the Vermont Army National Guard (VTARNG), is seeking qualified vendors to provide bagged meals and hot mermite meals for delivery to the Ethan Allen Firing Range in Jericho, Vermont. This procurement aims to support Inactive Duty Training (IDT), Annual Training (AT), and other training activities for tenant units at the range, utilizing the Stone Armory kitchen for meal preparation. The contract will be awarded as a single-award Indefinite Delivery Indefinite Quantity (IDIQ), with specific delivery dates and quantities outlined in individual task orders throughout the contract's duration. Interested parties can contact Joel Greer at joel.m.greer.civ@army.mil or by phone at 802-338-3190 for further details.
    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.
    Grounds Maintenance Services, Ball Mountain Lake and Winhall Brook Camping Area, Jamaica and South Londonderry, VT
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is seeking qualified contractors to provide Grounds Maintenance Services at the Ball Mountain Lake and Winhall Brook Camping Area located in Jamaica and South Londonderry, Vermont. The contractor will be responsible for furnishing all labor, materials, and equipment necessary to perform ground maintenance activities in accordance with the Performance Work Statement. This procurement is essential for maintaining the quality and safety of recreational areas managed by the Army Corps of Engineers. The solicitation is set aside for small businesses under NAICS code 561730, with a size standard of $9.5 million, and will be available online around January 6, 2026. Interested vendors must have an active registration in SAM.gov at the time of submission and can direct inquiries to Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.
    Non-Clinical Case Management
    Dept Of Defense
    The Department of Defense, specifically the Vermont Army National Guard (VTARNG), is seeking qualified vendors to provide Non-Clinical Case Management services aimed at promoting fitness and personal wellness for its service members. The requirement involves coordinating care for individual patients, ensuring the effective utilization of services and resources, and facilitating assistance within and outside VTARNG facilities. This opportunity is a sources sought notice intended to gauge interest from Small Business Administration (SBA) 8(a) certified businesses, with the potential for a five-year Firm Fixed Price contract commencing around July 12, 2026, and a request for proposal (RFP) expected to be issued on March 20, 2026. Interested vendors should submit their capabilities statement, including their business size, UEI, and CAGE Code, to Joel Greer at joel.m.greer.civ@army.mil by April 19, 2026.
    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.
    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.
    20 Hotel Rooms for 14 Nights in Port Canaveral, Florida
    Dept Of Defense
    The Department of Defense, specifically the Supervisor of Shipbuilding Groton, is seeking proposals from qualified vendors to provide 20 hotel rooms for 14 nights in Port Canaveral, Florida, from January 12 to January 26, 2026. The rooms must be located within a 15-mile radius of the Navy Port and meet specific requirements, including two beds per room, local calling, cable TV, and standard hotel amenities, with no exterior access to rooms. This procurement is crucial for accommodating overflow Navy personnel and is set aside exclusively for small businesses under NAICS code 721110, with a total funding amount of $40,000,000. Interested vendors must submit their quotes by 5:00 PM EST on December 29, 2025, to the designated contacts, Andrea Cook and Stephanie Neale, via email.
    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.
    Maine Air National Guard Fuel Cell Hangar Construction
    Dept Of Defense
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.