Lodging BPA
ID: FA663325QA008Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA6633 934 AW PKMINNEAPOLIS, MN, 55450-2100, 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 934th Airlift Wing in Minneapolis, Minnesota, is seeking proposals for multiple Firm-Fixed Price Blanket Purchase Agreements (BPAs) for lodging services during Unit Training Assembly (UTA) weekends. The selected contractor will provide accommodations that meet federal, state, and local standards, including single and double occupancy rooms, and must be located within a 15-mile radius of the Minneapolis-St. Paul Air Reserve Base. This procurement is crucial for ensuring that military personnel have access to safe and functional lodging that adheres to military hospitality standards. Interested parties should note that the solicitation package is expected to be available on SAM.gov around May 14, 2025, with a contract value estimated between $250,000 and $500,000. For further inquiries, potential offerors can contact Jessica Ferris at jessica.ferris.5@us.af.mil or Mikkael Hahn at mikkael.hahn.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance-Based Work Statement (PWS) outlines requirements for lodging services for the 934th Air Reserve Station and the 133rd Air National Guard in Minneapolis, MN. The contractor must provide accommodations that adhere to federal, state, and local standards, offering single and double occupancy rooms. Key requirements include proper room construction, safety features, cleanliness, 24-hour service, and effective management of amenities. The facility must comply with fire safety standards and be located within 15 miles of the base. Quality assurance measures involve inspections by government personnel and adherence to specified maintenance practices. The contractor must accommodate military personnel as needed, with no guaranteed bookings, and follow guidelines for handling reservations and cancellations. This PWS emphasizes the importance of meeting military hospitality standards while ensuring a safe and functional lodging environment for service members.
    Lifecycle
    Title
    Type
    Lodging BPA
    Currently viewing
    Presolicitation
    Similar Opportunities
    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.
    Commercial Lodging BPA - Peterson SFB
    Dept Of Defense
    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 in Colorado. The contractor will be responsible for supplying single and double occupancy hotel or motel rooms within ten miles of the base, ensuring compliance with specified performance standards, including security, cleanliness, and accessibility. This procurement is vital for accommodating military personnel, particularly Air Reserve Airmen, during their assignments, with the BPA set to remain open for responses until November 25, 2029. Interested vendors should contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details.
    NVANG UTA LODGING JANUARY 2025 - DECEMBER 2026
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide lodging accommodations for authorized personnel of the Nevada Air National Guard's 152d Airlift Wing from January 2025 to December 2026. The procurement requires single and double occupancy lodging within a three-mile radius of the 152d Airlift Wing located at 1776 National Guard Way, Reno, NV, ensuring that all facilities meet public health and security standards. This contract, which will be awarded based on best value criteria including pricing and technical capability, is set aside for small businesses with a total estimated value not exceeding $40 million. Interested vendors must submit their quotes via email to the designated contacts by 10:00 AM PDT on December 17, 2025, and ensure their proposals remain valid for at least 60 days post-solicitation close.
    COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO
    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.
    665th SMC Lodging
    Dept Of Defense
    The Department of Defense, specifically the South Dakota Army National Guard, is seeking commercial lodging services for an upcoming event in Mitchell, SD, scheduled from November 13 to November 15, 2025. The requirement includes providing a total of 153 rooms, with an estimated 51 rooms needed per night for the duration of the stay. This procurement is categorized as a total small business set-aside under FAR Part 19.5, and the contract will be awarded as a Firm Fixed Price, contingent upon the availability of fiscal year 2026 funds. Interested vendors can reach out to Andrew Kennedy at andrew.j.kennedy16.civ@army.mil or by phone at 605-737-6731 for further details, with the solicitation expected to be posted within a week of this presolicitation notice.
    Establish a Blanket Purchase Agreement to Support Fort Sill Overflow Off-Post Lodging/Hotel
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Sill, Oklahoma, is seeking to establish a Blanket Purchase Agreement (BPA) for overflow lodging services for soldiers in-processing or attending training at the Fort Sill army post. The requirement includes providing hotel accommodations within a 10-mile radius of Fort Sill, with specific amenities such as in-room facilities, laundry services, and internet access, to be utilized when on-post housing is at capacity. Interested contractors must submit a capabilities statement by December 23, 2025, detailing their ability to meet the outlined requirements, along with company information and size classification, to the designated points of contact, Brandi O'Daniel and Sommer Roach, via email.
    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.
    Design and Build Repair Facade and Roof B707
    Dept Of Defense
    The Department of Defense, specifically the Air Force Reserve Command at the 934th Minneapolis Air Reserve Station, is seeking qualified contractors for a Design-Build project focused on the repair of the façade and roof of Building 707, a 299-room lodging facility. The project entails comprehensive professional design services, including field investigations, design document preparation, and construction monitoring, with responsibilities for all supervision, labor, materials, and equipment necessary to fulfill the requirements outlined in the Statement of Work. This initiative is critical for maintaining the structural integrity and safety of the facility, which has experienced issues such as leaking skylights and façade failures, necessitating repairs to both the exterior and interior elements. Interested vendors must submit a capabilities statement by January 5, 2026, to Chin Kuk Dahlquist at chin.kuk.dahlquist.1@us.af.mil, with the anticipated contract value ranging between $1 million and $5 million and a performance period of 405 days.
    Kittery/Portsmouth Lodging
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting bids for lodging services in Kittery, Maine, specifically to secure 50 double-occupancy rooms nightly for 135 nights from February 1 to June 15, 2026. The contract, which is set aside for small businesses, requires accommodations that meet specific safety and service standards, including room specifications, weekly maid service, and compliance with fire safety regulations. This procurement is essential for providing safe and comfortable lodging for sailors stationed at the shipyard. Quotes are due by December 20, 2025, at 5:00 PM EST, and interested vendors must be registered in SAM and submit their proposals via email. For further inquiries, contact Alyssa Cress at alyssa.a.cress.civ@us.navy.mil or call 207-994-0740.
    Lodging Support-PALMETTO REACH Saipan/Palau (Amendment 1)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified small businesses to provide lodging support services for Operation PALMETTO REACH in Saipan and Palau. The procurement aims to secure accommodations for approximately 123 individuals in Saipan and 79 in Palau from January 6 to January 21, 2026, with specific requirements for room types, amenities, and services outlined in the Performance Work Statement. This opportunity is critical for ensuring adequate lodging for personnel during the operation, and interested vendors must submit their quotes by December 16, 2025, with questions due by December 12, 2025. For further inquiries, potential offerors can contact Levi Mowrey at levi.mowrey@us.af.mil or TSgt Patrick Thomas at patrick.thomas.30@us.af.mil.