356 ETSG Tinian Hotel Services
ID: FA502526QR001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5025 356 ECEG PKAPO, AP, 96543, 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 356 Expeditionary Theater Support Group (ETSG), is seeking qualified small businesses to provide hotel lodging services on Tinian Island, Northern Mariana Islands. The procurement aims to establish one or more Blanket Purchase Agreements (BPAs) with a total master dollar limit of $5 million, covering a three-year ordering period from February 1, 2026, to January 31, 2029, to support military and government personnel. The selected contractors will be responsible for delivering safe and functional lodging, including a minimum of 120 beds, with specific requirements for facilities and services outlined in the Performance Work Statement. Interested parties must submit their quotes by January 31, 2026, at 11:00 AM ChST, and all inquiries should be directed to the primary contact at 356ECEG.CONS.Team@us.af.mil or the secondary contact, Rachel Kinsella, at rachel.kinsella@us.af.mil.

    Point(s) of Contact
    356 ETSG/CONS Org Box
    356ECEG.CONS.Team@us.af.mil
    Files
    Title
    Posted
    The document, Attachment 1 FA502526QR001, is an information sheet likely associated with a federal government Request for Proposal (RFP) or a similar procurement process. Its purpose is to gather essential administrative and business information from a prospective vendor. The form requires the firm to indicate whether it agrees to establish a Blanket Purchase Agreement (BPA) and declare its small business status. It also requests contact information for pricing and follow-up, prompt payment discount terms, and critical identification numbers such as CAGE Code, Unique Entity ID, and TAX ID Number. This attachment is crucial for the government to assess a vendor's eligibility, administrative details, and financial terms for potential contracts or agreements, streamlining the procurement process.
    This document, Attachment 2 FA502526QR001, outlines the terms and conditions for a Blanket Purchase Agreement (BPA) for services, effective from February 1, 2026, to January 31, 2029. The BPA has a master dollar limit of $5,000,000.00, with individual calls also capped at $5,000,000.00. Only warranted Contracting Officers from 356ETSG/CONS are authorized to place calls. Payment will be processed through Wide Area WorkFlow (WAWF), and the BPA can be cancelled with a thirty-day written notice or upon reaching the aggregate total limit. The document incorporates numerous FAR and DFARS clauses by reference and full text, addressing areas such as commercial items, offeror representations, business ethics, system for award management, combating trafficking in persons, sustainable products, and various socio-economic programs. Key clauses include those related to prohibitions on specific hardware, software, telecommunications equipment, and unmanned aircraft systems from covered foreign entities, as well as requirements for equal opportunity and whistleblower protections. It also details WAWF payment instructions, including document types and routing data. An ombudsman is designated for concerns, and health and safety requirements for work on government installations are specified.
    This government file, Attachment 2 FA502526QR001, outlines the terms and conditions for a Blanket Purchase Agreement (BPA) for services. The BPA has an ordering period starting February 1, 2026, consisting of a 12-month base period and two 12-month option periods, not exceeding a total of three years. The maximum aggregate total for the BPA is $5,000,000.00. Only warranted Contracting Officers from 356ETSG/CONS are authorized to place calls against this BPA. Payment will be processed through Wide Area WorkFlow (WAWF), and the BPA can be canceled with 30 days' written notice or upon reaching the master dollar limit. The document extensively lists applicable Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, incorporated by reference and in full text, covering areas such as offeror representations, contract terms, business ethics, combating trafficking in persons, and environmental standards. It also includes specific instructions for WAWF payment submissions and details on the PACAF Ombudsman and health and safety requirements on government installations.
    The 356 ETSG – Tinian Hotel Services BPA is a non-personal services contract to provide hotel lodging on Tinian Island for military and government personnel. The government intends to establish a multiple-award Blanket Purchase Agreement (BPA) due to limited hotel availability. The contractor will furnish all necessary services, including personnel, equipment, and hospitality, to deliver safe, clean, and functional lodging. Key requirements include a minimum of 120 beds, specific electrical, plumbing, and potable water standards, privacy dividers, and furnishings. Each room must have climate control, high-speed Wi-Fi, and secure locking mechanisms. Facilities must include kitchen areas, office space, a common room, and outdoor space for recreational activities and storage. Contractor responsibilities encompass twice-weekly housekeeping, emergency power (backup generator), typhoon preparedness, fire safety systems, and 24/7 maintenance with a one-hour response time for urgent issues. No government-furnished items or services will be provided.
    The document outlines a price list for Tinian Hotel Services BPA, detailing rates for standard room occupancy. It specifies a single occupancy rate for a minimum of one bed and a double occupancy rate for a minimum of two beds. Additionally, the document includes a cancellation policy, stating that cancellations made 24 hours or less from the check-in date will incur a fee of no more than 50% of the first night's reservation. This price list is likely part of a federal government RFP, federal grant, or state/local RFP, providing clear terms for accommodation services.
    The Department of the Air Force, 356 ETSG, issued a Request for Quotes (FA502526QR001) for Hotel lodging services on Tinian Island. The government intends to establish one or more Blanket Purchase Agreements (BPAs) with a master dollar limit of $5M, with an ordering period from February 1, 2026, to January 31, 2029. This acquisition, set aside for small businesses with NAICS code 721110, will use Simplified Acquisition Procedures (FAR Part 13) and a Lowest Price Technically Acceptable (LPTA) source selection process. Offerors must submit an Information Sheet and Price List. Quotes are due by January 31, 2026, at 11:00 AM ChST to 356eceg.cons.team@us.af.mil. All questions must be submitted by January 21, 2026, at 11:00 AM ChST. Contractors must be registered and active in SAM prior to award.
    The Department of the Air Force's 356 Expeditionary Theater Support Group (ETSG) at Andersen Air Force Base, Guam, issued a Request for Quotes (FA502526QR001) for Tinian Hotel Services. This Blanket Purchase Agreement (BPA) seeks hotel lodging services on Tinian Island for the 356 ETSG, with a master dollar limit of $5 million. The BPA has a base period from February 1, 2026, to January 31, 2027, and two optional 12-month periods, not exceeding a total of three years. This acquisition uses Simplified Acquisition Procedures (FAR Part 13), is 100% set-aside for small businesses (NAICS code 721110, size standard $40M), and will be awarded based on the Lowest Price Technically Acceptable (LPTA) process. Offerors must submit an Information Sheet and Price List by January 31, 2026, 11:00 AM ChST, and be registered in SAM prior to award. Questions are due by January 21, 2026, 11:00 AM ChST.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    183 WG Regularly Scheduled Drill (RSD) Lodging FY26 BPA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide lodging services for members of the 183d Wing during Regularly Scheduled Drills (RSDs) in Springfield, Illinois. The procurement involves establishing multiple Blanket Purchase Agreements (BPAs) for non-personal commercial lodging within a 13-mile radius of the 183d Wing, with a focus on ensuring clean, comfortable accommodations that adhere to government per diem rates and specific operational requirements, including 24/7 reservation acceptance and secure parking. Interested contractors must submit their capability statements and pricing information by January 22, 2026, with a minimum order value of $1.00 and a ceiling of $350,000. For further inquiries, potential bidders can contact Alicia C. Braun at Alicia.Braun@us.af.mil or Amanda Brenizer at Amanda.Brenizer@us.af.mil.
    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.
    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.
    NESA Executive Forum Lodging Support
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking proposals for lodging support services for the Near East South Asia Center for Security Studies (NESA) Executive Forum 02-26, scheduled from January 23 to January 31, 2026. The contractor will be responsible for providing accommodations for approximately 32 individuals, including 22 U.S. Government-funded and 10 self-pay hotel rooms in the Washington, D.C. Metropolitan area, with specific requirements for room amenities and hotel facilities. This Firm-Fixed Price contract emphasizes the importance of suitable lodging for government personnel during the forum, ensuring compliance with various operational standards, including ADA accessibility and dietary considerations. Proposals must be submitted electronically by January 12, 2026, at 3:00 PM EDT, and interested parties can contact Courtney Taitt at courtney.s.taitt.civ@mail.mil or Monica Degroot at MONICA.A.DEGROOT.CIV@MAIL.MIL for further information.
    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.
    VENUE FOR THE STMA ANNIVERSARY WEEK
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Manila, is seeking proposals for a venue to host the STMA Anniversary Week, with the solicitation expected to be issued around the third week of June 2025. This procurement involves a firm-fixed price contract for lodging services, emphasizing the importance of providing a suitable venue for this significant event. All responsible sources are encouraged to submit quotations, and the government may award the contract based on initial offers without further discussion. Interested contractors must be registered in the System for Award Management (SAM) prior to proposal submission and can direct inquiries to Kristine Grace C. Alcantara or Michael Warren at ManilaContracting@state.gov.
    CONFERENCE AND ACCOMODATION REQUIREMENT IN BORACAY
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Manila, is soliciting proposals for a Conference and Accommodation Package in Boracay, Philippines, aimed at supporting the 11th Southeast Asia Trilateral Meeting scheduled for January 25-29, 2026. The procurement requires lodging for 44 participants, including 34 single-occupancy deluxe or standard rooms, as well as a conference facility capable of accommodating 50 attendees, complete with audio-visual equipment, refreshments, and essential supplies. This opportunity is critical for ensuring a successful and well-organized event, highlighting the importance of quality accommodations and meeting spaces for international diplomatic engagements. Interested vendors must submit their quotations electronically by January 12, 2026, at 3:00 PM (Philippine local time), and are required to register in the System for Award Management (SAM) database prior to submission. For further inquiries, potential offerors can contact Aprhil Silvestre or Michael Warren at ManilaPurchasing@state.gov or by phone at +63253012000.
    Vermont Air National Guard RSD Lodging
    Dept Of Defense
    The Department of Defense, specifically the Vermont Air National Guard, is seeking qualified small businesses to provide lodging services for Regularly Scheduled Drill (RSD) events in South Burlington, Vermont. The procurement includes a Firm Fixed Price requirement for fully furnished lodging units for three separate periods in January, February, and March 2026, with specific quantities and types of rooms outlined in the solicitation. These services are critical for accommodating personnel during training exercises, ensuring compliance with health and safety regulations, and maintaining operational readiness. Interested vendors must submit their quotes electronically by January 13, 2026, at 3:00 PM EDT, and can direct inquiries to MSgt Kristen Lucey or MSgt James Yoshikawa at the provided contact information.
    FY26 Comprehensive Grounds Maintenance Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide comprehensive grounds maintenance services at Andersen Air Force Base in Guam for fiscal year 2026. The procurement aims to ensure the upkeep and aesthetic quality of the base's landscaping, which is vital for maintaining operational readiness and enhancing the environment for personnel. This opportunity is set aside for HUBZone small businesses, and interested parties can reach out to Tommyjay Taitano at tommyjay.taitano@us.af.mil or by phone at 315-366-6620 for further details. The solicitation includes additional information in the attached documents, which potential bidders should review carefully.