Blanket Purchase Agreements (BPA) for Lodging Accommodations
ID: FA860124Q0123Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, 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 Air Force, has issued a Combined Synopsis/Solicitation notice for Blanket Purchase Agreements (BPA) for Lodging Accommodations. This procurement is a Total Small Business Set-Aside and falls under the NAICS code 721110 for Hotels and Motels. The place of performance is Wright Patterson AFB, Ohio, United States. The purpose of this procurement is to provide lodging accommodations, including single occupancy, double occupancy, and non-smoking rooms, for eligible reservist personnel assigned to 445 AW and 655 ISRW at Wright Patterson AFB during Unit Training Assembly (UTA) periods. The lodging accommodations must meet Federal, State, and Local commercial standards as well as the requirements stated in the Statement of Work (SOW). The Period of Performance for this contract is from the date of award to October 31, 2027. The Government is requesting 2-3 Blanket Purchase Agreements (BPA) to fulfill this requirement. Interested vendors must submit their quotes electronically to the Contract Specialist and Contracting Officer by August 5, 2024, at 10:00 AM EST. It is important to note that the Government is only seeking quotes directly from hotel/motel/inn providers and not from third parties. Vendors must also be registered in the System for Award Management (SAM) database to be considered responsive. The solicitation attachment contains all applicable provisions and clauses that must be included in the quotations.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided text appears to be a fragmented and distorted mixture of various languages and coding snippets, lacking coherent structure or context. It does not convey a clear message or specific information, making it impossible to distill a meaningful summary or extract relevant details. If you have a specific topic or document to summarize, please provide that for a more focused analysis.
    The document appears to be a disorganized collection of fragmented text snippets, possibly generated through an erroneous process, making it challenging to extract coherent information. Terms related to incidents, technology, and descriptions seem scattered throughout, indicating topics likely pertaining to systems, controls, and development processes. Overall, the content lacks structure and clarity, giving the impression of an incomplete or corrupted document.
    The document appears to discuss various aspects of project management and access issues related to an unspecified program or initiative, including considerations for packages, files, and cycles. It emphasizes the importance of successful implementation, checks, and monitoring throughout the execution process. Specific terms related to costs, accessibility, and necessary functionalities are mentioned, although the text is fragmented and lacks clear context.
    The document appears to be a fragmented or corrupted text, lacking coherent structure and clear meaning. It includes references to access issues, possibly related to a technical or digital system, and mentions terms such as "drivers" and "filters." Overall, it suggests troubleshooting or search-related problems but does not provide actionable or specific information.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO
    Active
    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.
    187th FW Hotel/Lodging BPA
    Active
    Dept Of Defense
    The US Department of Defense aims to contract commercial lodging services for its military personnel, specifically the 187th Fighter Wing in Montgomery, Alabama. The procurement seeks to establish multiple firm-fixed-price Blanket Purchase Agreements (FFP BPAs) with compliant suppliers for Regularly Scheduled Drill (RSD) weekends and weekday drills. Offerors should provide competitively priced, individually climate-controlled hotel rooms that adhere to stringent safety and housekeeping standards. These rooms are intended for temporary accommodation during military exercises and must include essential amenities, with suppliers ensuring prompt responses to reservation requests. The solicitation emphasizes the need for efficient and cost-effective solutions, with evaluations based on pricing, technical capability, and past performance. Offerors must submit detailed quotes and certifications electronically. Key dates to note are the submission deadline and the required 30-day phase-in period. This procurement also outlines a streamlined internal protest resolution process for interested parties. Contact details are provided for Mr. Stephen Shanks and Maj Jeremy Hendrick for any clarifications, with the funding amount not specified in the available information.
    Fort Sill BPA Resiliency Hotel Events
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Sill, Oklahoma, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for hotel accommodations and facilities to support Cadre Resiliency Overnight Events for Brigade Drill Sergeants and their families. The BPA will cover the provision of up to 35 hotel rooms, dining options, childcare facilities, and conference space equipped with audio/visual equipment, with events scheduled quarterly from August 2024 to July 2029. This initiative is crucial for enhancing the resiliency training of military families, ensuring they have access to necessary amenities and support during these events. Interested vendors must submit their quotes by September 23, 2024, and are required to be registered in the System for Award Management (SAM) prior to award; inquiries can be directed to Contracting Officer Jesslyan Ortiz Albino at jesslyan.m.ortizalbino.civ@army.mil or Contract Specialist Indigo Delacruz at indigo.a.delacruz.civ@army.mil.
    Lodging Rooms
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for lodging accommodations, specifically 425 nights of furnished hotel or motel rooms annually, for staff participating in New Employee Orientation (NEO) at the James H. Quillen VA Medical Center in Mountain Home, Tennessee. The procurement requires a single hotel location within a 5-mile radius of the medical center, ensuring compliance with federal standards, including accessibility and safety regulations, while maintaining smoke-free accommodations and necessary amenities. This opportunity is set aside for small businesses and consists of five one-year ordering periods from September 2024 to September 2029, with room rates required to be at or below government per diem rates. Interested parties must submit their quotations electronically by September 20, 2024, and can contact Preston Gerretse at preston.gerretse@va.gov for further information.
    RFI # 1 Commercial On-Base Lodging (COBL)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information regarding the privatization of transient lodging at its installations across the United States, its territories, and possessions. The initiative aims to enhance lodging operations to support the mission and improve the experience for Airmen, Guardians, and their families by potentially privatizing approximately 17,000 rooms across 60 installations, modeled after the successful Privatized Army Lodging program. Interested parties are encouraged to provide feedback on strategies for structuring the transaction and ensuring compliance with industry standards for lodging, with responses due approximately 21 days after posting. For further inquiries, interested vendors can contact the COBL Workflow at afcec.cil.workflow@us.af.mil or Benjamin T. Kindt at benjamin.kindt.1@us.af.mil.
    Off Center Lodging October 2024 - March 2025
    Active
    Homeland Security, Department Of
    The Department of Homeland Security is soliciting quotes for Off Center Lodging Services for students at the Federal Law Enforcement Training Centers (FLETC) in Glynco, Georgia, under RFQ number 70LGLY24QGLB00105. The procurement aims to secure multiple firm fixed-price contracts for approximately 8,003 lodging rooms from October 1, 2024, through March 31, 2025, specifically targeting small businesses located within 40 driving miles of FLETC. This initiative is crucial for supporting government training programs while fostering local business engagement and ensuring compliance with federal procurement standards. Interested vendors must submit their proposals by September 10, 2024, and can direct inquiries to Erin Johnson at erin.johnson@fletc.dhs.gov or by phone at 912-267-3297.
    147th C Battery IDT Lodging
    Active
    Dept Of Defense
    The Department of Defense, specifically the South Dakota National Guard, is seeking a contractor to provide commercial lodging services in Yankton, SD, during drill weekends. The requirement includes an estimated 392 lodging rooms per year, primarily for one weekend each month, with the possibility of additional requests on select days. This procurement is crucial for supporting the operational readiness of the National Guard personnel. The performance period is set to commence on December 1, 2024, and will run through November 30, 2025, with two optional extension periods. Interested small businesses should contact Andrew Kennedy at andrew.j.kennedy16.mil@army.mil or call 605-737-6731 for further details, as the solicitation is expected to be posted within a week.
    147th HHB IDT Lodging
    Active
    Dept Of Defense
    The Department of Defense, specifically the South Dakota National Guard, is seeking a contractor to provide commercial lodging services in Watertown, SD, during drill weekends. The requirement includes an estimated 480 lodging rooms per year, primarily needed for one weekend each month, with potential variations in scheduling for select individuals. This procurement is crucial for supporting the operational readiness of the National Guard and will be conducted as a total small business set-aside, resulting in a Firm Fixed Price Award. Interested parties should contact Andrew Kennedy at andrew.j.kennedy16.mil@army.mil or call 605-737-6731 for further details, with the solicitation expected to be posted within a week of this pre-solicitation notice.
    Modular/Mobile Trailer Leasing and Support Services BPA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Modular/Mobile Trailer Leasing and Support Services through a Blanket Purchase Agreement (BPA) at MacDill Air Force Base in Florida. The procurement involves delivering, installing, maintaining, and dismantling temporary modular facilities to support command and control activities during building changes, ensuring compliance with federal, state, and military regulations. This BPA, with a total maximum expenditure of $9,999,999.99, is crucial for facilitating operational needs and accommodating personnel effectively. Interested parties must submit their quotations by September 12, 2024, and can direct inquiries to Jason Wilkin at Jason.Wilkin.2@us.af.mil or by phone at 813-828-1674.
    TEMPORARY BERTHING DUTY ROOMS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Strategic Weapons Facility Atlantic (SWFLANT), is seeking a firm fixed-price contract for temporary berthing duty rooms, which are essential for accommodating personnel in a secure environment. The Navy Exchange Service Command is identified as the sole vendor capable of meeting the facility's specific security and operational requirements, leading to a single-source solicitation under FAR regulations. Interested vendors are encouraged to express their interest and demonstrate their capability by September 23, 2024, while all communications must be conducted via email to the SPK12 Contracts/Procurement Division at SPK12CONTRACTS@SWFLANT.NAVY.MIL. Vendors must also register with the System for Award Management (SAM) to participate in this procurement process.