COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL LODGING SERVICES WITHIN A TEN (10) MILE RADIUS FROM PETERSON AIR FORCE BASE, COLORADO
ID: FA251721Q9999Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

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 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.

    Files
    Title
    Posted
    The Blanket Purchase Agreement (BPA) aims to provide the 302nd Air Lift Wing's Air Force personnel at Peterson Space Force Base lodging accommodations during various training periods, with performance flexibility for shorter or extended terms as needed. The agreement specifies pricing in accordance with GSA rates, allows for Government Purchase Card transactions, and prohibits charging incidentals to the Government, holding occupants responsible for incidental charges. The contractor must meet quality assurance standards and comply with regulations throughout the agreement's duration.
    The document provides responses to common industry questions regarding lodging services, highlighting that offers can be submitted until January 2026 to accommodate changes in local hotel ownership or management. It specifies that lodging services are typically required monthly, with reservations primarily on weekends, and emphasizes the ongoing evaluation of lodging facilities for qualification without guaranteeing routine usage. Quality inspections, both in-person and virtual, are required for facilities to meet government standards before being awarded contracts.
    Similar Opportunities
    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 contractors to establish a Blanket Purchase Agreement (BPA) for hotel accommodations and related services for Cadre Resiliency Overnight Events. The BPA aims to provide off-post lodging and facilities for Brigade Drill Sergeants and their families participating in resiliency training workshops, requiring up to 35 double queen bed rooms, conference space, childcare facilities, and meal services for approximately 105-110 participants. This initiative is crucial for supporting military family resilience and well-being, with events scheduled quarterly over a five-year term from August 2024 to July 2029, and a total financial cap of $250,000 for all events combined. Interested vendors must submit their quotes by September 23, 2024, and can direct inquiries to Contracting Officer Jesslyan Ortiz Albino or Contract Specialist Indigo Delacruz via their provided email addresses.
    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.
    Peterson SFB Wifi Services
    Active
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron (21 CONS), is seeking qualified vendors to establish one or more Blanket Purchase Agreements (BPAs) for commercial WiFi services at Peterson Space Force Base (SFB) in Colorado. Vendors must demonstrate their capability to provide comprehensive internet access, including various service tiers ranging from 1MB to 1GB, along with customer support, maintenance, and adherence to specific installation protocols. This procurement is crucial for ensuring reliable communication infrastructure at the military installation, with a response deadline set for August 16, 2029. Interested parties should contact Contracting Officer Jake Hluska at james.hluska@spaceforce.mil for further details.
    147th C Battery IDT Lodging
    Active
    Dept Of Defense
    The Department of Defense, specifically the South Dakota Army National Guard, is seeking a qualified contractor to provide commercial lodging services in Yankton, South Dakota, for personnel during Inactive Duty Training (IDT) weekends. The contract requires the provision of clean, smoke-free double occupancy rooms that meet FEMA standards, with an estimated need for lodging covering approximately 392 nights per year, primarily for around 32 personnel. This procurement is significant for ensuring the operational readiness of the National Guard and supports the government's initiative to enhance opportunities for women-owned small businesses. Quotes are due by 12:00 p.m. Mountain time on September 24, 2024, and interested parties should contact Andrew Kennedy at andrew.j.kennedy16.mil@army.mil for further details.
    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.
    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 aims to deliver turnkey modular facility solutions, including site preparation, design, installation, maintenance, and removal of temporary facilities to support command and control activities during building changes. This initiative is crucial for ensuring operational continuity and accommodating personnel needs effectively. Interested small businesses must submit their quotations by September 12, 2024, with a total funding ceiling of $9,999,999.99 for the performance period from October 1, 2024, to September 30, 2029. For further inquiries, contact Jason Wilkin at Jason.Wilkin.2@us.af.mil or call 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.
    OFF BASE PRIORITY CHILD CARE REFERRALS
    Active
    Dept Of Defense
    Solicitation DEPT OF DEFENSE is requesting pricing for childcare services in Colorado Springs, CO. The services will consist of referring childcare slots to off-base facilities to support the mission needs of PSFB. Multiple blanket purchase agreements will be established with approved vendors. Families can request care through militarychildcare.com, following the DoD priority system. Only written quotes will be accepted.
    USSF Partnership Event Venue, National Capitol Region, Amendment 0002
    Active
    Dept Of Defense
    The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base, is soliciting proposals for an event space to host a two-day partnership event for the U.S. Space Force (USSF) Space Delta 13 in the National Capital Region. The venue must accommodate approximately 350 attendees and provide essential services, including breakout rooms, a conference space, and comprehensive audiovisual and IT support, as detailed in the Statement of Requirements. This procurement is a 100% small business set-aside, emphasizing the government's commitment to utilizing small businesses in service contracts while maintaining competitive bidding processes. Interested contractors must submit their quotes by September 18, 2024, at 4:30 PM CDT, and ensure they are registered in the SAM database to be eligible for evaluation. For further inquiries, contact SSgt Drew Matter at drew.matter@us.af.mil or Mr. Jeremy Kersey at jeremy.kersey.1@us.af.mil.
    Mortuary Services Agreements
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Combined Synopsis/Solicitation notice for a Mortuary Services Agreement. This agreement is a Total Small Business Set-Aside and falls under the category of MEMORIALS; CEMETERIAL AND MORTUARY EQUIPMENT AND SUPPLIES. The place of performance for this agreement is Colorado Springs, CO, USA. The primary contact for this procurement is Tiana Glenn, who can be reached at tiana.glenn@spaceforce.mil or 7195562195. The secondary contact is TSgt Eric Wienke, who can be reached at eric.wienke@spaceforce.mil or 7195565386. The purpose of this solicitation is to establish a Blanket Purchase Agreement (BPA) for mortuary services with a minimum order value of $1.00 and a maximum ceiling of $249,999.99. The BPA will have a period of performance of up to five years. Small businesses are eligible to participate in this solicitation.