Lodging Accommodation BPA
ID: W912CN-25-Q-ME05Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0413 AQ HQ RCO-HIFORT SHAFTER, HI, 96858-5025, USA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL (V231)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the Regional Contracting Office-Hawaii (RCO-HI), is seeking to establish a Master Blanket Purchase Agreement (BPA) for commercial lodging accommodations for Army reserve soldiers during travel in Hawaii. The BPA will cover lodging needs for personnel from the 9th Mission Support Command on the islands of Oahu, Maui, and Hawaii, with the potential for fluctuating requirements based on mission demands. This initiative is crucial for ensuring that soldiers have access to suitable accommodations during Battle Assembly and Rescheduled Training periods, with a contract ceiling of $1 million per vendor, effective from May 1, 2025, to April 30, 2030. Interested vendors must submit their quotes electronically by April 15, 2025, and can direct inquiries to Michael Ehara or Jacob Kamelamela at the provided contact details.

Files
Title
Posted
Apr 2, 2025, 8:10 PM UTC
The document outlines the Request for Quote (RFQ) No. W912CN-25-Q-ME05 issued by the 9th Mission Support Command for a Master Blanket Purchase Agreement (BPA) to secure lodging for Army reserve soldiers during Battle Assembly and Rescheduled Training in Hawaii. The RFQ specifies that quotes are being solicited for commercial lodging in Oahu, Maui, and Hawaii, highlighting the need for lodging facilities within ten road miles of designated duty locations. The BPA will allow for multiple vendors to fulfill fluctuating lodging requirements over a five-year period, from May 1, 2025, to April 30, 2030. Quote submissions must include pricing that complies with federal travel regulations and demonstrate technical capabilities as outlined in specific attachments. Evaluation will be based on price reasonableness and technical acceptability, with emphasis on the proposed rates aligning with the local JTR per diem rates. Quotes must be submitted electronically by April 15, 2025, and all inquiries should be directed to designated contract specialists. The RFQ provides comprehensive details regarding the expectations and procedural norms of the bidding process, ensuring transparency and compliance with government contracting standards.
This memorandum issued by the Headquarters of the 9th Mission Support Command outlines the lodging requirements for single personnel within the U.S. Army Reserve. Each room is to be occupied by one person, with provisions for double occupancy if necessary. Essential room features include a high-quality mattress, desk, storage options, WiFi, a television, and a mini refrigerator, as well as amenities like fresh potable water and heating/cooling systems maintaining specific temperature ranges. Furthermore, detailed specifications for bathrooms are provided, such as the inclusion of towels, toiletries, and adequate fixtures that ensure comfort and cleanliness. The overall expectation is that all furnishings must be in good condition, free from damage or significant wear. Notably, there are no meal provisions requested. This document serves as a directive for lodging establishments interested in contracting with the Army and reflects the standards necessary for accommodation within the federal framework for personnel housing needs.
Apr 2, 2025, 8:10 PM UTC
The 413th Contracting Support Brigade (CSB), Regional Contracting Office Hawaii, is establishing a Master Blanket Purchase Agreement (BPA) for lodging services from multiple vendors. The BPA will facilitate issuing Firm Fixed Price calls based on competitive quotes. Vendors will provide specific lodging details including location, dates, and number of rooms as requested by the contracting officer or their representatives. The agreement sets a $1 million ceiling per vendor, effective from May 1, 2025, to April 30, 2030. Payment will primarily utilize the government purchase card (GPC) for calls under $250,000; larger purchases will be processed via electronic funds transfer through Wide Area Work Flow (WAWF). The BPA obligates the government only when authorized calls are made and does not pre-commit funds. Authorized personnel are specified to place calls under the BPA, ensuring proper training and orientation. Additional provisions include seamless logistics for lodging deliveries and requirements for documentation during transactions. Annual reviews of the BPA will ensure compliance with regulations. Overall, this BPA initiative aims to streamline government lodging procurement while promoting fair competition among suppliers.
Apr 2, 2025, 8:10 PM UTC
The document is a quote sheet for a Blanket Purchase Agreement (BPA) related to hotel accommodations in Hawaii. It requires potential offerors to fill out key company information, including the company name, address, point of contact details, and relevant identification codes (CAGE and UEID). The main focus of the quote sheet is to capture individual room rates for various hotels across different Hawaiian locations: Oahu/Honolulu, Maui/Kahului, and Hawaii/Hilo. The rates are specified for both single and double rooms, though the actual price fields are left blank for input. This BPA price list is part of a federal contracting process, indicating that the government is seeking bids from hotel providers who can supply accommodations at competitive rates for federal personnel or operations in Hawaii. The structured format underscores the importance of clarity and completeness in responses to enhance the procurement process. Overall, the document aims to streamline the solicitation of hotel services within the framework of government RFPs.
Lifecycle
Title
Type
Lodging Accommodation BPA
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
842nd Beaumont TX Lodging Services
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command – Rock Island, is seeking quotes for lodging services for the 842nd Battalion in Beaumont, Texas, as part of the Military Surface Deployment and Distribution Command. The procurement is a 100% Small Business Set-Aside (SBSA) and aims to establish a firm fixed-price Blanket Purchase Agreement (BPA) for accommodations, with a focus on competitive pricing and compliance with specified requirements outlined in the Performance Work Statement and Price Matrix. This contract is crucial for providing safe and efficient lodging for military personnel, with a base period from May 16, 2025, to May 15, 2026, and multiple option periods extending through 2030. Interested vendors must submit their quotes by April 15, 2025, and direct any questions to Linda Humphrey at linda.d.humphrey.civ@army.mil by April 7, 2025.
Retreat BPA - Amendment 2
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide lodging and related services for military retreats through a Blanket Purchase Agreement (BPA) at Joint Base Elmendorf-Richardson (JBER) in Alaska. The requirements include accommodations for up to 40 couples or 30 singles, along with conference space, food service, and recreational activities, all within a relaxed environment located at least 40 miles from JBER and operational year-round. This BPA is crucial for supporting the personal and relational development of military personnel, with a maximum value of $600,000 over a five-year period. Interested vendors must submit their proposals by April 11, 2025, and direct any inquiries to Beau Burton or Cyrena Chairvolotti before March 28, 2025.
TAMC HOSPITAL LINEN RENTAL SERVICES
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for hospital linen rental services for the Tripler Army Medical Center and the CPL Desmond T. Doss Health Clinic located in Oahu, Hawaii. The procurement aims to provide essential linen supply services, which are critical for maintaining hygiene and operational efficiency in military healthcare facilities. Interested vendors should note that the primary contact for this solicitation is Monica Perkins, who can be reached at monica.perkins3.civ@health.mil or by phone at 210-295-4622, while secondary inquiries can be directed to Catherine-Tehila Johnson at catherine-tehila.o.johnson.civ@health.mil or 210-221-4978. Further details regarding the solicitation timeline and requirements will be provided in the official documentation.
G099--Healthcare for Homeless Veterans (HCHV) Services in Maui, HI
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide Healthcare for Homeless Veterans (HCHV) services in Maui, Hawaii, through a contracted residential services program. The primary objective is to deliver emergency housing solutions, including outreach, case management, and rehabilitation services, to assist homeless veterans in transitioning to permanent housing. This initiative is crucial for addressing veteran homelessness and aligns with federal efforts to stabilize and support this vulnerable population. Interested vendors must submit their responses, including company information and pricing estimates, by April 24, 2025, to Contract Specialist Joshua Barrios at joshua.barrios@va.gov, with the contract expected to span five years starting around October 1, 2025.
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.
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 (PSFB) in Colorado. The contractor will be responsible for supplying single and double occupancy hotel or motel rooms as needed, ensuring compliance with specified performance standards, including security, sanitation, and amenities, within a 10-mile radius of the base. This procurement is crucial for accommodating military personnel, particularly Air Reserve Airmen, during their assignments and training periods. Interested vendors must submit proposals by November 25, 2029, and can contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further information.
Market Ready Grocery Items for Oahu
Buyer not available
The Defense Logistics Agency (DLA) Troop Support Indo-Pacific is seeking proposals from qualified small businesses to supply a full line of perishable and semi-perishable grocery items for Department of Defense (DoD) and Non-DoD customers on the Island of Oahu, Hawaii. The procurement aims to establish a Simplified Indefinite-Delivery Contract (SIDC) for a variety of grocery items, ensuring compliance with quality standards, including USDA Grade A or better, and adherence to the Berry Amendment, which mandates that items be sourced and manufactured in the United States. Interested vendors must demonstrate their capabilities in sourcing, purchasing, storing, and delivering these items while maintaining acceptable fill rates and customer service levels. Proposals are due by 08:00 PM HST on April 18, 2024, and should be submitted via email to the primary contacts, Bradley Ah Nee and Kirk Moser, with a contract value expected to range up to $1 million over a five-year period.
G099 | HCHV Contracted Emergency Residential Services (CERS) in Honolulu, HI- Oahu | VAPIHCS
Buyer not available
The Department of Veterans Affairs (VA) is conducting a Sources Sought announcement to identify potential vendors capable of providing Health Care for Homeless Veterans (HCHV) Contract Emergency Residential Services (CERS) in Honolulu, Hawaii. The procurement aims to secure temporary housing, outreach, case management, and rehabilitative services for homeless veterans, with a capacity of six beds daily and a projected service duration of five years starting September 2025. This initiative is crucial for supporting veterans facing homelessness or imminent risk, ensuring they receive comprehensive case management and access to essential services. Interested contractors must respond by April 14, 2025, and provide details regarding their capabilities and experience, while ensuring they are registered in the System for Award Management (SAM). For further inquiries, contact Austin Mitts at austin.mitts@va.gov.
1084 TC Pre-Deployment Yellow Ribbon BR
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the provision of lodging services under the solicitation titled "1084 TC Pre-Deployment Yellow Ribbon BR." The objective of this procurement is to secure hotel accommodations for military personnel and their families participating in the Yellow Ribbon Reintegration Program, which is crucial for supporting service members transitioning back to civilian life. The services will be performed in Baton Rouge, Louisiana, and are categorized under the NAICS code 721110, which pertains to hotels and motels. Interested vendors should reach out to Jake Howard at jake.b.howard.mil@army.mil or 318-290-5984, or Crystal Lynn Stiles at crystal.l.stiles2.civ@army.mil or 318-290-5933 for further information. This opportunity is set aside for small businesses, and the contract details, including funding amounts and deadlines, will be provided in the solicitation documents.
Lodging Services: The Government requires lodging services for USFK personnel on TDY to various locations within South Korea
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified providers to offer lodging services for U.S. Forces Korea (USFK) personnel on Temporary Duty (TDY) in South Korea. The procurement aims to identify sources capable of delivering comprehensive lodging that accommodates single personnel, ensuring essential furnishings and supplies such as smart TVs and telephones, while adhering to safety and fire regulations. This initiative is crucial for supporting USFK personnel during their assignments, with facilities required to be located near USFK installations, maintain daily cleaning, and potentially provide meal services. Interested companies must submit their capabilities, pricing, and compliance information by April 18, 2025, to SFC Daniel Nyam at daniel.nyam.mil@army.mil or by phone at 315-755-0659. This Sources Sought Notice is part of market research and does not constitute a solicitation for a contract, which may last one base year with four options.