Unfunded St Croix Lodging
ID: W50S9B25Q0008Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N5 USPFO ACTIVITY VAANG 192LANGLEY AFB, VA, 23665-2207, 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, through the Virginia Air National Guard, is seeking quotations for lodging services, specifically rental houses and hotel rooms, in St. Croix, U.S. Virgin Islands, under solicitation number W50S9B-25-Q-0008. The procurement aims to secure accommodations for authorized personnel from April 21 to April 27, 2025, with a strong preference for entire houses that include kitchens, located within 15-35 miles of designated sites, while adhering to Department of Defense standards. This opportunity is crucial for ensuring mission success by providing safe and compliant lodging, with a total small business set-aside and a revenue cap of $40 million. Interested vendors must submit their proposals, including pricing and accommodation details, by March 27, 2025, at 3:00 PM EST, and can contact Desiree Santos at desiree.santos.2@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines lodging arrangements for a governmental event in St. Croix, US Virgin Islands, from April 21 to April 26, 2023. It lists various accommodation options, including hotels and houses, with specified dates, number of nights, required beds, and bedroom needs. Key preferences indicate a priority for the Buccaneer Resort, but alternatives are acceptable if necessary. The lodging details include multiple properties, their respective availability, and specific conditions for reservations, particularly emphasizing the availability of the Buccaneer Resort. Many listings note $0.00 costs, suggesting that these may be provisional quotes pending final arrangements. This document serves to guide potential vendors in bidding for providing lodging services as part of a federal request for proposals (RFP), detailing the requirements for accommodation on federal or state-funded projects. Such information is critical for ensuring compliance with regulations and optimizing resource use for government events.
    The document, referenced as W50S9B25Q0008, outlines various clauses incorporated by reference in federal contracts pertaining to compensation, telecommunications, procurement, and adherence to compliance standards. It includes notable clauses regarding compensation for former DoD officials, whistleblower rights, procurement prohibitions related to the Maduro regime and the Xinjiang Uyghur region, and electronic payment processes via Wide Area Workflow (WAWF). Specifically, the document emphasizes requirements for item unique identification and valuation, ensuring all items delivered under a contract meet Defense Department standards for traceability. An extensive list of topics including environmental protection, business operations certifications, and treatment of subcontractor obligations is discussed, emphasizing the need for compliance with federal regulations. The comprehensive nature of these clauses serves to safeguard government interests, ensure fair practices, and promote transparency in procurement processes, demonstrating a structured framework relevant to government Requests for Proposals (RFPs) and grants. Each clause is a critical component required for contractors engaged with the Department of Defense, supporting the overarching goals of efficiency, accountability, and regulatory adherence within federal operations.
    The document outlines a Request for Quotation (RFQ) from the Virginia Air National Guard for rental services of hotels and homes in St. Croix, U.S. Virgin Islands, under solicitation number W50S9B-25-Q-0008. It is a combined synopsis prepared in accordance with federal regulations, set-aside entirely for small businesses with a revenue cap of $40 million. Submissions are due by March 27, 2025, at 12:00 PM EST and must include complete pricing breakdowns for accommodations, current star ratings, and visual presentations of the proposed lodging. The evaluation of offers will primarily focus on price, potentially awarding contracts without further discussion. The document also establishes a protest mechanism for discontented bidders, allowing for resolution through the National Guard Bureau before involving external entities like the Government Accountability Office. This RFQ highlights government procurement processes that emphasize small business participation and transparency through detailed submission guidelines and the opportunity for addressing disputes.
    The document outlines the requirements and conditions for contracts related to housing accommodations for government RFPs in Key West, Savannah, and St. Croix. Key points include a Net 30 payment method, specifying that invoices are to be submitted via Wide Area Work Flow, and that this opportunity is new without any incumbents. The document clarifies that vendors can propose alternative hotels as long as they meet Department of Defense standards and outlines the total number of housing units needed, found in attached spreadsheets. Contracts do not include upfront payments, and shared spaces are not allowed. Further, it emphasizes the importance of adhering to specified insurance and compliance requirements, with a 100% Small Business Set Aside consideration for this project. Clarifications are also provided on accommodation specifics, with a preference for houses over hotels but allowing hotels if houses are unavailable. Overall, the document serves to provide essential guidelines for potential contractors during the bidding process and ensures compliance with governmental standards.
    The Virginia Air National Guard (VaANG) is seeking accommodations for its personnel from April 21 to April 27, 2025, necessitating both lodging houses and hotel rooms. The focus is on securing entire houses rather than shared spaces, with preference for properties that include kitchens and are located within 15-35 miles of the main site in St. Croix, US Virgin Islands. Lodging must meet Department of Defense standards, adhering to a 3-4 star rating, and should not exceed fiscal year 2025 per diem rates established by GSA. The selected contractor must provide comprehensive management of accommodations and ensure open communication, while also upholding security measures. This includes ensuring properties are in low-crime areas and maintaining safety standards for properties, such as secure locks and adequate lighting. Furthermore, the contractor is required to adhere to a zero-tolerance policy against human trafficking, promoting personnel safety and compliance with federal regulations. This request for proposal emphasizes the importance of safe, comfortable, and compliant lodging for mission success.
    Lifecycle
    Title
    Type
    Unfunded St Croix Lodging
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    USPFO Hazardous Material Building Repair
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for the repair and refurbishment of the Hazardous Material Building at the United States Property and Fiscal Office (USPFO) in Kingshill, Virgin Islands. The project entails significant renovations, including the installation of new metal roll-up doors and roof panels, solar-powered lighting, concrete repairs, exterior repainting, and replacement of hazardous material signage, all to be completed within 90 calendar days of the Notice to Proceed. This procurement is crucial for maintaining safety and compliance with federal and territorial building codes, ensuring the facility meets operational standards. The estimated contract value is $45 million, and interested small businesses must direct inquiries to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868, with a site visit scheduled for December 16, 2025.
    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.
    SFC Leonard B. Francis (LBF) Readiness Center HVAC Maintenance
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for HVAC maintenance services at the SFC Leonard B. Francis Readiness Center located in St. Thomas, U.S. Virgin Islands. The contract requires comprehensive maintenance of the HVAC systems, including routine, preventive, and corrective services, to ensure optimal operation and a healthy environment, with a focus on identifying deficiencies and providing recommendations for major repairs. This procurement is particularly important as the HVAC systems have not been maintained for the past year, and the contractor will be expected to complete the work within a 30-day period following the Notice to Proceed. Interested small businesses, particularly Women-Owned Small Businesses, must submit their technical and price proposals by December 16, 2025, with an estimated total award amount of $19,000,000. For further inquiries, contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868.
    SFC LBF Readiness Center and Field Maintenance Shop #2 Condensers Replacement
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting bids for the replacement of condensing units at the SFC Leonard B. Francis Readiness Center and Field Maintenance Shop 2 located in St. Thomas, U.S. Virgin Islands. The project involves replacing a 20-ton condensing unit and servicing an existing air handling unit at the Readiness Center, as well as replacing three 18,000 BTU and one 24,000 BTU condensing units at FMS 2, with a focus on restoring environmentally controlled air for personnel comfort and equipment protection. This procurement is critical for maintaining operational readiness and ensuring compliance with federal and territorial building codes and safety regulations. The total award amount is $19,000,000, with quotes due by December 29, 2025, and work expected to commence on January 12, 2026, lasting until April 13, 2026. Interested contractors can reach out to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or by phone at 340-712-7868 for further details.
    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.
    Hotel Lodging BPA
    Dept Of Defense
    The Department of Defense, specifically the Oklahoma Air National Guard, is seeking proposals for a Blanket Purchase Agreement (BPA) for hotel lodging services from January 1, 2026, to December 31, 2030. The procurement aims to establish firm-fixed price agreements with lodging vendors to provide billeting services for its members, ensuring compliance with specific requirements such as competitive pricing, private baths, air conditioning, and daily housekeeping. This initiative is crucial for accommodating personnel during training and operational activities, with a maximum call limit of $350,000 per vendor. Proposals are due by December 16, 2025, at 10:00 AM CST, and interested parties must be registered in SAM and submit completed certifications. For further inquiries, contact Kurt A Ennis at kurt.ennis.4@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.mil.
    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.
    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.
    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.
    VI DPC A34(1) – Veterans Drive Contract 2 Improvements to RTE 30
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking proposals for the VI DPC A34(1) – Veterans Drive Contract 2 Improvements to RTE 30 project located in St. Thomas, U.S. Virgin Islands. This project involves the reconstruction and expansion of Veterans Drive into a continuous four-lane roadway over approximately 0.39 miles, with an estimated cost between $80 million and $90 million, focusing on enhancing safety for pedestrians and vehicles, improving drainage, and other related work. Interested contractors must submit both technical and cost proposals, with bid documents expected to be available around November 6, 2025, and must be registered in the System for Award Management (SAM) for proposal submission and payment. For further inquiries, contact Shirley A. Anderson at eflhd.contracts@dot.gov or by phone at 703-948-1407.