Unfunded Lodging in Savannah
ID: W50S9B25Q0002Type: 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, specifically the Virginia Air National Guard (VaANG), is seeking qualified vendors to provide unfunded lodging accommodations in Savannah, Georgia, for its personnel from April 18 to April 28, 2025. The procurement emphasizes the need for exclusive lodging options, such as entire houses, apartments, or condos, located within 15-35 miles of designated areas in Savannah, ensuring compliance with Department of Defense lodging standards and maintaining a 3 or 4-star rating for quality and safety. This initiative is crucial for supporting the mission success of the VaANG, as it ensures that personnel have safe and adequate lodging during their stay. Interested parties must submit their quotations by March 27, 2025, at 3:00 PM EST, and can contact Desiree Santos at desiree.santos.2@us.af.mil or 757-764-7600 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines lodging requirements for a government-related event scheduled from April 18 to April 28. It provides details about various accommodations, including houses and hotels, listing their availability, rates, and specific needs such as the number of nights, bedrooms, and beds required. All properties have a lodging rate of $0.00, indicating possibly covered expenses or a budgeting phase. Locations include Hunter AAF and various hotels in Savannah's Historic District. The primary purpose of this compilation appears to be for sourcing suitable lodging options for government personnel during their stay, indicating a careful logistical plan for housing needs pertaining to federal RFPs or grants. The structure allows for easy comparison among the properties based on priority location, duration, and capacity. The focus on detailed requirements facilitates efficient coordination and resource allocation for the event.
    The document is a federal government solicitation detailing various clauses related to the procurement process, particularly in the context of RFPs (Requests for Proposals) and grants. It includes references to regulatory compliance requirements such as employee whistleblower rights, telecommunications equipment standards, and restrictions on business operations with certain regimes (e.g., the Maduro regime and the Xinjiang Uyghur Autonomous Region). Key clauses emphasize the importance of compliance with the Department of Defense (DoD) directives, detailing protocols for unique item identification, electronic payment processing through the Wide Area Workflow (WAWF) system, and representations related to the status of the offeror (e.g., small business, veteran-owned, etc.). The document serves to ensure that all vendors and contractors adhere to specific federal regulations and standards during the contract execution process, promoting accountability, transparency, and ethical business practices within government procurement. By outlining these clauses, the government aims to mitigate risks and promote fair competition among contractors seeking to provide goods and services to federal entities.
    The document serves as a Request for Quotation (RFQ) for lodging services, specifically rental hotels and homes in Savannah, GA, issued by the Virginia Air National Guard. The RFQ number is W50S9B-25-Q-0002, and it is intended for small businesses with a size standard of $40 million. The submission deadline for quotes is March 27, 2025, at 3:00 PM EST. Offerors must submit electronic quotes with details including pricing breakdowns for the accommodations listed in Attachment 1. The proposal should also include the name, address, photos, and current star ratings of the proposed lodging, strictly requiring single hotel rooms. The evaluation will focus on pricing, with the possibility of award without discussions. Additionally, the document outlines procedures for the National Guard's protest program, facilitating the resolution of contracting concerns as an alternative to filing formal protests. Timely submissions and compliance with specified guidelines are encouraged to ensure responsiveness to this requisition. Overall, the document emphasizes clarity in pricing and compliance for securing lodging contracts for government personnel, supporting efficient public service operations.
    The document addresses the requirements and clarifications for federal contracts related to housing accommodations in Key West, Savannah, and St. Croix. Key details include that payments will follow a Net 30 structure, requiring submitted invoices via Wide Area Work Flow. The contracts are new opportunities and emphasize a 100% Small Business Set Aside. Housing provisions specify preferences for double occupancy where applicable, while shared spaces are not allowed. Lodging options include various hotel brands meeting DoD standards, although certain venues like Navy Lodging still require proposals. Alternative housing submissions are permitted if specification requirements are met. Additionally, the contract duration, number of housing units, compliance demands, and extension or cancellation policies are clarified. Vendors must meet specific insurance and licensing criteria outlined in attached documents. This document serves as a guideline for potential contractors aiming to fulfill government demands for housing services, ensuring compliance with required standards and specifications.
    The Virginia Air National Guard (VaANG) is soliciting lodging accommodations for its personnel from April 18 to April 28, 2025. The request emphasizes the need for exclusive lodging (entire houses, apartments, or condos) within 15-35 miles of specific locations around Savannah, Georgia, avoiding shared spaces. The contract stipulates that facilities must adhere to Department of Defense lodging standards and maintain a 3 or 4-star rating, ensuring safety, health, and quality for members. Contractors must provide comprehensive services, including open communication during business hours and after-hours support. Security measures are paramount; properties must be in low-crime areas, equipped with adequate safety features, and subject to disqualification if they do not meet specified requirements. Additionally, contractors must comply with a zero-tolerance policy regarding trafficking in persons. This RFP aims to ensure safe and adequate lodging for the success of the VaANG mission while adhering to government policies and standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Kittery/Portsmouth Lodging_Rev1
    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 that the lodging facilities be located within ten miles of the shipyard and meet specific room and service standards, including safety compliance and amenities such as weekly maid service and on-site laundry. This procurement is crucial for accommodating sailors during their assignments, ensuring they have safe and comfortable lodging. Interested vendors must submit their quotes by December 20, 2025, at 5:00 PM EST, and can direct inquiries to Alyssa Cress at alyssa.a.cress.civ@us.navy.mil or by phone at 207-994-0740.
    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.
    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.
    V231--BPA for: WRJ VAMC Lodging
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for lodging services for veterans at the White River Junction Healthcare System in Vermont. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring lodging facilities to be located within 1.2 miles of the VA Medical Center, offering double occupancy, ADA compliance, and pet-friendly accommodations, with services available 24/7. The contract will cover a base year and four option years, running from January 19, 2026, to January 18, 2031, with evaluation criteria based on price, technical capabilities, and past performance. Interested vendors must submit their quotes by January 9, 2026, at 12:00 PM EST, and should contact Contract Specialist Paula Doerfler at Paula.Doerfler@va.gov for further inquiries.
    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.
    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.
    Armed Forces Career Center - Hinesville, Georgia
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 4,600 to 5,600 gross rentable square feet of commercial retail space in Hinesville, Georgia, specifically for Armed Forces Recruiting purposes. The Government seeks a full-service lease for a term of five years, with options for termination rights and the inclusion of utilities, maintenance, and janitorial services, while ensuring the space meets specific operational requirements. This procurement is critical for establishing a functional recruiting facility, and interested parties must submit a signed Proposal to Lease Space Document, proposed floor plans, initial alterations quotes, and exclusivity agreements if applicable. For further inquiries, contact James Rivard at James.P.Rivard@usace.army.mil or Johnita Jackson at johnita.jackson2@usace.army.mil.
    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.
    Armed Forces Career Center - Centerville, Georgia
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 5,380 to 6,675 gross rentable square feet of commercial retail space in Centerville, Georgia, specifically for Armed Forces Recruiting purposes. The government seeks a full-service lease that includes base rent, common area maintenance, utilities, and janitorial services for a term of five years, with options for termination rights and the provision of non-exclusive parking for 19 government vehicles. This opportunity is critical for establishing a recruiting presence in the specified area, and interested parties must submit a signed Proposal to Lease Space Document, proposed floor plans, initial alterations quotes, and exclusivity agreements if applicable. For further inquiries, potential respondents can contact James Rivard at james.p.rivard@usace.army.mil or Johnita Jackson at johnita.jackson2@usace.army.mil, with all submissions required to comply with federal regulations and SAM registration processes.
    151 ESB Catered Meals 5JAN-10APR 2026
    Dept Of Defense
    The Department of Defense, through the South Carolina Army National Guard, is soliciting proposals for the provision of catered meals for the 151st Enhanced Separate Brigade from January 5, 2026, to April 10, 2026. The contract requires the delivery of 2,269 hot catered lunches, adhering to specific food safety regulations and utilizing the SCARNG FY25 14 Day Menu, with all meals to be served buffet-style or in appropriate containers. This procurement is critical for supporting the brigade's annual training event, ensuring that service members receive nutritious meals during their training period. Interested small business contractors must submit their quotes by December 18, 2025, and can direct inquiries to Kevin Esber at kevin.j.esber.mil@army.mil, with an estimated total contract value of $9 million.