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
    Description

    The Department of Defense, through the Regional Contracting Office-Hawaii, is seeking to establish a Master Blanket Purchase Agreement (BPA) for commercial lodging accommodations for Army reserve soldiers during Battle Assembly and Rescheduled Training in Hawaii. The BPA will cover lodging needs across the islands of Oahu, Maui, and Hawaii, with the potential for multiple vendors to fulfill fluctuating requirements over a five-year period, from May 1, 2025, to April 30, 2030. This initiative is crucial for ensuring that soldiers have access to suitable accommodations while on duty, with specific room requirements outlined to maintain comfort and quality. Interested vendors must submit their quotes electronically by April 15, 2025, and can direct inquiries to Michael Ehara at michael.m.ehara.civ@army.mil or Jacob Kamelamela at jacob.c.kamelamela.civ@army.mil, with a total funding ceiling of $1 million per vendor.

    Files
    Title
    Posted
    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.
    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.
    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.
    The document addresses questions and answers related to the Blanket Purchase Agreement (BPA) W912CN-25-Q-ME05 for lodging services. Key information includes payment terms confirmed as Net 30, handling of additional fees (e.g., resort and parking fees), which are separate from room rates, and the fact that this is a continuation of previous BPAs rather than a new contract. The government anticipates awarding six or more BPAs and emphasizes the competitive nature of call orders, which will be solicited individually based on best value. Third-party travel management companies are allowed to participate, and they may partner with different hotels for RFQs. Pricing sheets are simplified for initial negotiations, allowing for adjustments and competitive rates as needed through BPA Calls. The government aims to notify stakeholders 30 days in advance of room requirements, though short notices may also occur due to budgetary constraints. The call orders will be exclusively paid through a government procurement system, not individual traveler cards. Overall, this document outlines the parameters for vendors regarding pricing, award process, and fee structures within the forthcoming lodging solicitations.
    Lifecycle
    Title
    Type
    Lodging Accommodation BPA
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Custodial Services at Pohakuloa Training Area (Island of Hawaii, Hawaii)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Pohakuloa Training Area located on the Island of Hawaii. The procurement involves comprehensive janitorial services, including cleaning restrooms and kitchens, trash removal, window cleaning, and floor maintenance, as outlined in the Performance Work Statement (PWS). This opportunity is crucial for maintaining the cleanliness and operational readiness of the training facility, which is situated in a unique geographical area between several volcanic mountains. Interested vendors must submit their capability statements and expressions of interest by July 31, 2025, at 08:00 a.m. Hawaii Pacific Standard Time, to Shirl Rivera at shirl.m.rivera.civ@army.mil. The anticipated contract start date is November 1, 2026, with a base period of one year and four additional option years.
    Recruiting Station- Armed Forces Career Center- Hilo, HI
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 2,900 to 3,400 gross rentable square feet of commercial retail storefront space in Hilo, Hawaii, for Armed Forces recruiting purposes. The lease will be a full-service agreement for a term of four years and eleven months, requiring the lessor to provide essential amenities such as 24-hour unrestricted access, adequate parking for nine government vehicles, and all necessary utilities and maintenance services. This opportunity is crucial for establishing a functional recruiting center that meets specific operational and security standards, with proposals due by December 31, 2025. Interested parties should submit their offers electronically to Amy L. Capwell at amy.capwell@usace.army.mil, and must be registered in the System for Award Management (SAM) prior to award.
    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.
    FY25 MCA PN76898 Aircraft Maintenance Hangar, Wheeler Army Airfield, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Honolulu District, is preparing to solicit bids for the construction of an Aircraft Maintenance Hangar at Wheeler Army Airfield in Oahu, Hawaii. This project involves a Design-Bid-Build approach and aims to construct a medium standard design hangar along with associated maintenance facilities, which are critical for supporting Combat Aviation Brigade operations and enhancing airfield readiness. The estimated contract value ranges between $100 million and $250 million, with a performance period of approximately 1,186 calendar days. Interested contractors should register as a vendor in the Procurement Integrated Enterprise Environment (PIEE) and maintain an active registration with the System for Award Management (SAM). For further inquiries, contact Brett Watanabe at brett.j.watanabe@usace.army.mil or call 808-835-4045.
    Recruiting Station - Army Career Center- Honolulu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for a commercial retail storefront space of approximately 994 to 1300 gross rentable square feet in Honolulu, Hawaii, specifically for Armed Forces Recruiting purposes. The lease will be for a term of four years and eleven months, requiring the Lessor to provide essential services including utilities, maintenance, and janitorial services, along with adequate parking for government vehicles. This opportunity is crucial for establishing a functional recruiting center that meets federal safety and accessibility standards, with proposals due by February 1, 2026. Interested parties should direct inquiries to Amy L. Capwell at amy.capwell@usace.army.mil or Chantal Reininger at Chantal.G.Reininger@usace.army.mil, and ensure compliance with all solicitation requirements outlined in the provided documents.
    Preventative Maintenance and Repairs for Uninterrupted Power Supply, Generators, and Automatic Transfer Switches
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide preventative maintenance and repair services for Uninterruptible Power Supplies (UPS), generators, and automatic transfer switches at various installations in Hawaii. The procurement aims to ensure uninterrupted power supply through routine maintenance and emergency services, adhering to federal, state, and local regulations, as well as manufacturer recommendations. This contract is crucial for maintaining operational readiness across multiple Army facilities on Oahu and the Big Island, with a detailed inventory of the equipment provided for reference. Interested firms must submit their capability statements to Maria Olipas at maria.d.olipas.civ@army.mil by December 17, 2025, at 10:00 am Hawaii Standard Time, to be considered for this Total Small Business Set-Aside opportunity.
    MRO Hawaii Region SPE8E323D0014
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking to establish a bridge contract for Maintenance, Repair, and Operations (MRO) in the Hawaii region under contract number SPE8E323D0014. This procurement aims to secure miscellaneous construction materials necessary for ongoing operations and maintenance activities within the region. The goods and services procured are vital for ensuring the operational readiness and support of military facilities in Hawaii. Interested parties can reach out to Lauren Byrne at lauren.byrne@dla.mil for further details regarding this opportunity.
    Short term lodging JBLM WA
    Dept Of Defense
    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.
    Recruiting Station Army Career Center Wahiawa, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a fully-serviced lease of approximately 1,492 gross square feet of commercial retail space in Wahiawa, Hawaii, designated for Armed Forces Recruiting purposes. The lease term is set for four years and eleven months, with specific requirements including 24-hour access, adequate parking for government vehicles, and compliance with various construction and safety specifications. This opportunity is crucial for supporting military recruitment efforts in the region, and proposals must be submitted electronically by February 1, 2026, to the primary contact, Amy L. Capwell, at amy.capwell@usace.army.mil. Interested parties are encouraged to review all solicitation documents thoroughly to ensure compliance with the outlined requirements.
    FY25 MCA PN76898 Aircraft Maintenance Hangar, Wheeler Army Airfield, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of an Aircraft Maintenance Hangar at Wheeler Army Airfield in Oahu, Hawaii. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to enhance the operational capabilities of the Army by providing a dedicated facility for aircraft maintenance. Interested contractors must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and registration as a vendor in PIEE is mandatory. For further inquiries, interested parties can contact Brett Watanabe at brett.j.watanabe@usace.army.mil or Jennifer Ko at jennifer.i.ko@usace.army.mil, with the proposal submission process requiring adherence to specific guidelines outlined in the PIEE resources.