AF Lodging Amenities
ID: F41999-25-R-0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9000 AF NAF POJBSA LACKLAND, TX, 78236-9800, USA

NAICS

Other Commercial Equipment Merchant Wholesalers (423440)

PSC

MISCELLANEOUS HOUSEHOLD AND COMMERCIAL FURNISHINGS AND APPLIANCES (7290)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on providing hospitality amenities as part of the Essential Product Program (EPP). This procurement aims to enhance the quality of lodging services at various military installations by supplying essential items such as coffee makers, personal care products, and kitchenware, which are crucial for maintaining guest satisfaction in Temporary Living Facilities and Visitors Quarters. The total budget for this contract is set at $500,000, with proposals due by the specified deadlines, and interested vendors are encouraged to contact Nicholas Gamero at nicholas.gamero@us.af.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details various forms and materials utilized within Air Force Inns, emphasizing the importance of adhering to specific branding guidelines and operational procedures. Key elements include the consistent use of AF Inns logos in designated colors (Blue-287C and Yellow-131CV) without alterations, ensuring brand integrity across all materials. The document outlines several attachments related to operational tasks: luggage tags that inform guests about hotel liability, maintenance request forms for reporting room issues, lost and found procedures, housekeeping cards, credit card payment authorizations, and express checkout instructions. Additional materials such as key card holders, laundry bags, and signage are also mentioned. Each item is accompanied by dimensions and specified color requirements. The structured approach highlights the operational efficiency intended for maintaining guest services and property management, aligning with government standards for lodging establishments. This initiative underscores the commitment to quality service and guest satisfaction within military lodging operations.
    The document enumerates a comprehensive list of military base locations across various national and international sites, primarily affiliated with the United States Air Force. Each entry specifies the base name followed by its location, revealing a geographic span that includes prominent bases in the United States, Europe, Asia, and the Pacific regions. This compilation serves as an essential reference for federal agencies, contractors, and stakeholders involved in government contracts, requests for proposals (RFPs), and grants related to defense and military operations. The structure is systematic, with locations listed uniformly, thus facilitating easy access and identification of bases relevant to potential projects or funding opportunities. The listing underscores the breadth of military presence, which can influence regional economies, logistics, and defense contracts, thereby guiding strategic planning and decision-making in procurement related to military operations and infrastructure support initiatives.
    The document outlines a Nonappropriated Fund Solicitation for a negotiated Request for Proposal (RFP) related to federal procurement. It specifies administrative details, including the contract and solicitation numbers, contact information for program officials, and submission timelines. Interested parties are invited to submit sealed offers, and late submissions will not be considered. The document comprises multiple sections detailing the scope of supplies or services required, contractual clauses, evaluation criteria, and documentation necessary for offers. The solicitation indicates an acceptance period of 60 days unless otherwise noted, with a total budget of $500,000 identified for the contract. The agency emphasizes the need for prompt payment discounts and the requirement for prior manual approval for contracts exceeding specified amounts to ensure compliance before any performance. Overall, this RFP serves to procure goods or services through a contractual agreement, aiming to provide clear instructions and facilitate inquiries, ensuring a structured approach to contracting within government operations. The comprehensive nature of the document reflects the complexity of federal procurement processes and the importance of adhering to regulations and timelines.
    The document outlines the specifications for lodging amenities as part of a Request for Proposal (RFP) aimed at suppliers for the Air Force. It details the required items categorized by specific Contract Line Item Numbers (CLIN) for both domestic (CONUS) and overseas (OCONUS) use, including coffee makers, personal care products, kitchenware, and guest service items. Each offeror must provide samples for evaluation, with adherence to brand specifications. The required products highlight functionality and compliance with safety standards, while emphasizing "brand name or equal" options, ensuring quality and performance standards are met. Notable items include various types of coffee makers, personal hygiene amenities, and household products aimed at enhancing guest experience in Temporary Living Facilities (TLF), Visitors Quarters (VQ), and Suites. The RFP effectively communicates the Air Force's expectations for product quality and supplier accountability, contributing to overarching goals of maintaining service standards within military lodging facilities. Adherence to compliance regulations, particularly with the Buy American Act (BAA), is also indicated, affirming the government's commitment to supporting U.S. manufacturers.
    The document outlines a Request for Proposal (RFP) for host printing services for the Air Force Services Center, specifically targeting key electronic key cards and their sleeves. The task involves creating artwork for the cards, requiring proofs submitted to designated Air Force contacts for approval before the printing process. Key specifications include: 1. **Electronic Key Cards (CLINs 0018A and 0019A)**: - Printed on both sides with specific guidelines for image placement and bleed. - Artwork may utilize up to four colors on both the front and back. 2. **Key Card Sleeves (CLIN0020A)**: - Printing required on the front only, with a full bleed design. The contractor must provide pricing options for both four-color printing and spot colors across designated CLINs. Invoicing must be separate for each installation requesting printing services. This RFP emphasizes governmental compliance and precise specifications aimed at contractors capable of delivering high-quality printed materials for Air Force operations.
    This document outlines the requirements for packaging and marking products as stipulated in a federal contract. It emphasizes that the Contractor is responsible for providing adequate export packaging to ensure protection against damage during transportation to the end user. The instruction indicates a focus on safeguarding items specifically referenced in Section B of the contract award. Overall, the directive stresses the importance of appropriate packaging in fulfilling contractual obligations and ensuring the safe delivery of goods, which aligns with standard practices in government RFPs and grants aimed at ensuring quality and accountability in procurements.
    Section E of the contract outlines the procedures for inspection and acceptance of supplies delivered under the agreement. The primary responsibility for performing these inspections falls to the NAFI (Non-appropriated Fund Instrumentality) from which the delivery order is issued, as well as the location where the supplies are to be delivered. This section clarifies the designated authority involved in ensuring that the delivered items meet the contractual requirements and standards, emphasizing the importance of accountability in the supply chain process. The document implicitly supports transparency and quality control in government procurements by clearly defining roles in the inspection process. Overall, it serves as a critical guideline for contractual compliance in federal and state procurement scenarios.
    The document outlines the delivery requirements for a contract associated with the Non-Appropriated Fund Instrumentality (NAFI). It specifies that all items must be delivered within 30 days of the receipt of the order, with the offer being evaluated based on compliance with this timeframe. Offers proposing earlier delivery are considered, but any proposals that do not meet the specified timeframe will be deemed nonresponsive and rejected. The delivery is designated as FOB Destination, meaning the offeror is responsible for freight charges, ownership of goods in transit, and handling any damage claims. Overall, the document emphasizes the importance of adhering to the delivery schedule to ensure compliance with the contracting requirements of the government.
    This document outlines the contract administration procedures for a federal contract related to the United States Air Force Lodging Fund. It specifies the process for submitting invoices, indicating that they must be sent to a designated address in JBSA Lackland, TX, and payments will be made using a Government Credit Card (Visa). The document includes contact information for assistance with contractual queries, specifically naming Nicholas Gamero as the point of contact. Furthermore, it emphasizes that the purchases under this contract are funded through nonappropriated funds (NAF), which are generated through military community activities, rather than federal tax dollars. The contracting NAF will ensure proper payment processing and the accounts payable office is responsible for documentation of receipt and acceptance of delivered goods. This framework provides clarity on financial processes and responsibilities associated with the contract, ensuring compliance with government regulations and proper allocation of funds.
    This document outlines the Special Contract Requirements for an Indefinite Delivery Indefinite Quantity (IDIQ) contract managed by the Contracting Officer (CO) for Essential Product Program (EPP) supplies and services. The CO retains sole authority to approve changes and resolve contractual issues. Ordering processes, delivery order limitations, and base access for contractors are addressed. Key points include minimum and maximum order requirements, an optional contract renewal for up to ten years, and the economic price adjustment criteria based on the national Consumer Price Index (CPI). The contractor must comply with security regulations, including identification and vehicle access protocols when working on military installations, and report suspicious activities. Annual usage reports will be required to assess contract performance. This summary emphasizes the document's focus on compliance, governance, and operational order fulfillment within the military contracting framework, reflecting the adherence to public law and internal military regulations during service provision.
    The document outlines the standard clauses for contracts involving Nonappropriated Fund Instrumentalities (NAFIs) within the Department of Defense. Central to these clauses are definitions of key terms such as "Contractor," "Contracting Officer," and "Claim," which shape the contractual framework. It emphasizes that no appropriated funds will be used to fulfill contractual obligations and states the protocols for claims, protests, and appeals, clarifying that disputes are not subject to the Contract Disputes Act. The document also includes provisions related to representations by Contractors regarding labor standards, trafficking in persons, and compliance with relevant U.S. labor statutes. Insurance requirements, indemnification clauses, and procurement integrity guidelines further outline the responsibilities of Contractors. Specific directives emphasize adherence to environmental sustainability and regulations on minimum wage and paid sick leave as dictated by executive orders. Procurement restrictions related to telecommunications and certain hazardous materials are addressed alongside the requirement for detailed invoicing and tax considerations. This structured approach ensures compliance with federal regulations while promoting ethical practices and responsibility in service provision within government contracts.
    The document outlines attachments relevant to a government Request for Proposals (RFP) regarding lodging supplies, specifically bedding and bath textiles, for Air Force Inns. It includes a detailed itemized list of various textile supplies, such as towels, sheets, blankets, and pillow protectors, along with quantities reflecting average usage over the last decade. The comprehensive list serves to inform potential vendors about the specific requirements for each item and their projected demand. The attachment structure indicates a systematic approach to outlining necessary supplies, ensuring clarity for bidders on expected inventory levels. This document is part of a larger procurement effort aimed at maintaining standards within military lodging facilities, emphasizing the need for quality and consistent supplies in support of service members and their families.
    The document serves as a solicitation form containing representations, certifications, and statements that offerors or quoters must complete as part of federal government Requests for Proposals (RFPs) or grants. It includes sections where offerors declare their business organization type, previous contract participation, compliance with affirmative action programs, and independence in pricing determination. Key components include a certification concerning the "Buy American Act" and Fair Trading Agreements, affirming that products offered are of domestic origin or qualifying countries. The forms require details about payment addresses, acknowledgment of amendments, authorized negotiators, and certifications regarding any debarment or disciplinary actions against the offeror or its principals. Moreover, it includes Taxpayer Identification Number (TIN) requirements for compliance with IRS reporting standards. The overarching purpose of this document is to gather necessary attestations from offerors that ensure compliance with federal regulations, promote fair competition, and confirm ethical practices in government contracting. Through this, the government aims to maintain transparency and uphold standards in public sector procurements.
    This section of the government document outlines the instructions and requirements for offerors responding to a Request for Proposal (RFP) issued by the Air Force for services funded by the Morale, Welfare, and Recreation (MWR) programs. It emphasizes that no public funds are used and mandates strict adherence to all solicitation requirements. The document details the process for acknowledging amendments, preparing offers, and the materials that must be submitted, including past performance documentation and pricing information. Specific sections must be completed in a defined format, including compliance with the Buy American Act and Trade Agreement Act. Furthermore, the RFP requires evidence of similar past performance, with three comparable projects within the last five years, emphasizing the importance of demonstrating relevant experience. Offerors must submit their proposals electronically, with clear deadlines and strict formatting rules, including a sequence of files covering contract documentation, pricing, technical performance, and past performance. The document concludes with instructions on proposal acceptance criteria and the non-liability of incurred costs related to proposal submissions. Overall, this RFP aims to ensure offers are comprehensive, compliant, and demonstrate adequate past performance for the intended services.
    The document outlines the evaluation criteria for contract awards under a competitive Lowest Price Technically Acceptable (LPTA) Request for Proposal (RFP) issued by the Nonappropriated Fund Instrumentality (NAFI). Awards will be granted based on the lowest evaluated price from proposals that meet set technical and past performance standards. The selection process may result in one or multiple contract awards based on best value. Proposals should reflect the best pricing and technical terms from the outset, as discussions with offerors may not occur. Three primary evaluation factors are specified: 1. **Technical Proposal**: Must meet the requirements established in the solicitation, with an emphasis on a clear understanding and comprehensive technical solution. 2. **Price Proposal**: Evaluated for realism and balance; proposals deemed unreasonably priced may be disqualified. 3. **Past Performance**: Assesses past work that mirrors the current requirements, with evidence required showing satisfactory delivery of similar projects in the last five years. Overall, the document underscores the importance of a technically sound and competitively priced proposal for successful contract acquisition within the federal contracting process. The need for compliance with solicitation terms is imperative for eligibility.
    Lifecycle
    Title
    Type
    AF Lodging Amenities
    Currently viewing
    Solicitation
    Similar Opportunities
    AF Lodging Paper EPP
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Hospitality Paper Products as part of the Essential Product Program (EPP). This procurement aims to supply essential toiletry paper products, including facial tissue, toilet tissue, kitchen towels, and dinner napkins, to support military lodging facilities, ensuring compliance with environmental standards and quality specifications. Interested vendors must submit their proposals, including pricing and product samples, by November 13, 2024, and can direct inquiries to Nicholas Gamero at nicholas.gamero@us.af.mil or Alyene Hanks at dorothy.hanks@us.af.mil for further information.
    Appliances
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking small business contractors to provide appliances, specifically Keurig coffee makers, microwaves, and small refrigerators, for its facilities at Fort Belvoir, Virginia. The procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract that spans five years, starting from November 1, 2024, to October 31, 2029, with a focus on supplying energy-efficient and environmentally-sensitive appliances to replace aging units. This initiative is crucial for maintaining operational efficiency and sustainability within the Department of Defense's logistics support framework. Interested parties must submit their quotes by October 7, 2024, and should contact Odemaris Dekle at odemaris.dekle@dla.mil or Beverly J. Williams at beverly.j.williams@dla.mil for further information.
    Cooks and Kitchen Personnel Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the New Jersey Air National Guard, is soliciting proposals for Cooks and Kitchen Personnel Support Services to support the 177th Fighter Wing. The procurement aims to secure qualified personnel to provide food service operations, including staffing for Unit Training Assemblies and maintaining compliance with military standards in food preparation and sanitation. This contract is crucial for ensuring the operational readiness of military personnel through adequate dining services, with an estimated total award amount of approximately $47 million under a firm-fixed-price structure. Interested small businesses must submit their proposals by October 16, 2024, and can direct inquiries to Johanna Paz at johanna.paz.1@us.af.mil or Tammy L Hickerson at tammy.hickerson@us.af.mil.
    Outdoor Furniture for Vance AFB Club
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for outdoor furniture for the Crosswind Club located at Vance Air Force Base in Enid, Oklahoma. The procurement includes a variety of items such as aluminum lounge chairs, dining tables, and protective covers, with specific quantities outlined in the solicitation. This furniture is essential for enhancing the outdoor recreational facilities at the club, contributing to the overall morale and welfare of service members and their families. Interested vendors must submit their quotes via email to Betty S. Kliewer by October 18, 2024, at 1 PM CST, and should note that this is a firm fixed-price contract contingent upon government funding approval.
    HDCSO Hotel Lodging FY25 - FY29
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to establish a Blanket Purchase Agreement (BPA) for hotel lodging services to support government personnel at Fort Leonard Wood, Missouri, from November 29, 2024, to November 28, 2029. The contract aims to provide fully furnished hotel accommodations for military personnel during in-processing and training when on-post lodging is unavailable, ensuring compliance with strict health and safety standards. This procurement is crucial for maintaining operational readiness and providing safe lodging options for troops, with a maximum estimated value of $8.5 million over the five-year period. Interested small businesses can contact Maria-Elisa Trinidad at maria-elisa.trinidad.civ@army.mil or Alfreda M. Dupont at alfreda.m.dupont2.civ@army.mil for further details.
    Lodging, Fort Eisenhower, GA UNISON
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for lodging services at Fort Eisenhower, Georgia, under a total small business set-aside contract. The procurement aims to provide essential lodging accommodations, which are critical for military personnel and associated activities, ensuring a comfortable and secure environment during their stay. Interested vendors are encouraged to submit their quotes through the Unison platform, with further details available via the provided link. For inquiries, potential bidders can contact Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com.
    Short Term Lodging Fort Eisenhower, GA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking quotes for short-term lodging services at Fort Eisenhower, Georgia. This procurement is set aside for small businesses and aims to provide essential lodging accommodations for military personnel and associated staff. The services are critical for ensuring comfortable and convenient housing during training and operational activities at the base. Interested vendors should submit their quotes via the Unison Marketplace, and for further inquiries, they can contact Dustin Robertson at 502-898-1255 or via email at dustin.t.robertson4.civ@army.mil.
    Packing, Containerization and Local Drayage of Direct Procurement Method (DPM) Personal Property Shipments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the packing, containerization, and local drayage of Direct Procurement Method (DPM) personal property shipments at Holloman Air Force Base in New Mexico. The contractor will be responsible for a range of services including conducting pre-move surveys, packing and containerizing household goods, providing cargo insurance, and managing claims, with an emphasis on adhering to performance work standards and maintaining quality throughout the process. This contract, valued at approximately $34 million, is set to span from January 1, 2025, to December 31, 2027, with options for extensions, and is designated as a Total Small Business Set-Aside, encouraging participation from small and disadvantaged businesses. Interested parties must submit their proposals by October 7, 2024, and can direct inquiries to Makenzie Meyer or Sally D. Roberts via the provided contact information.
    EGLIN OPERATION AND MAINTENANCE SERVICES (EOMS) II - RFI #4 - DRAFT REQUEST FOR PROPOSAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Eglin Operation and Maintenance Services (EOMS) II contract, which is anticipated to replace the current EOMS contract. The procurement aims to provide comprehensive operation and maintenance services in support of military aerospace equipment and weapons testing, including management of facilities, equipment, and instrumentation at Eglin Air Force Base and potentially other locations. This initiative is crucial for ensuring mission readiness and operational efficiency in defense activities, with a contract term expected to last up to 10 years, starting around April 1, 2026. Interested parties are encouraged to submit their feedback on the draft Request for Proposal by December 17, 2024, to the designated contacts, Ronald Wilson and John Sarver, via their provided email addresses.
    665th 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 Mitchell, SD, during drill weekends. The requirement includes an estimated 600 lodging rooms per year, primarily for one weekend each month, with the potential for additional requests on select days. This service is crucial for accommodating personnel during training and operational activities. The performance period is set to commence on December 1, 2024, and will run through November 30, 2025, with two optional extension periods available. Interested vendors must submit their quotes by 12:00 p.m. Mountain time on October 13, 2024, to Andrew Kennedy at andrew.j.kennedy16.mil@army.mil, as this opportunity is a total small business set aside resulting in a Firm Fixed Price Award.