WJPC is seeking Contractor support to provide lodging and shuttle services to approximately 105 funded guests
ID: HQ003425QE051Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, 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 Washington Headquarters Services, is seeking contractor support to provide lodging and shuttle services for approximately 105 funded guests attending the Governance and Strategy for Security and Defense (GSSD) and Caribbean Security and Defense courses from May 3 to May 17, 2025. The contractor will be responsible for accommodating a total of 1,380 funded room nights and 70 self-pay nights, ensuring that all lodging meets specific requirements such as single occupancy, essential amenities, and compliance with the Americans with Disabilities Act (ADA). This procurement is crucial for facilitating the logistical support necessary for enhancing defense collaboration in the Western Hemisphere. Interested contractors should note that the total award amount is estimated at $30,000,000, and proposals must be submitted electronically, with inquiries directed to Ali M. Beshir at ali.m.beshir.civ@mail.mil or Nathan R. Pauly at nathan.r.pauly2.civ@mail.mil.

    Files
    Title
    Posted
    The document outlines the questions and answers related to the CDSC GSSD Lodging Request for Proposal (RFP) dated March 21, 2025. The primary focus is on key requirements for lodging arrangements pertaining to a government contract. One notable stipulation is that the government mandates single occupancy rooms, rejecting proposals for double occupancy to meet the requirement of 1,380 room nights. Additionally, all accommodations must be made at a singular location and cannot be split between multiple hotels, even if they fulfill other conditions like proximity to Fort McNair. The document clarifies that the contractor is responsible for providing and invoicing the shuttle service to and from Ronald Reagan National Airport on the travelers' arrival and departure days without any restrictions on the choice of transportation provider. Overall, the responses were crafted to ensure adherence to specific contractual obligations and to clarify responsibilities within the lodging arrangements for the government. This highlights the importance of precise compliance in federal contracting processes to meet operational goals effectively.
    The document is a Request for Proposal (RFP) from Washington Headquarters Services for the William J. Perry Center (WJPC) to procure lodging and shuttle services for approximately 105 funded guests from May 3 to May 17, 2025. The contract will be a Firm-Fixed Price type, with a total award amount of USD 30,000,000. The contractor is expected to accommodate a total of 1,380 funded room nights and 70 unfunded nights. Offerors must comply with various federal acquisition regulations and clauses, including those promoting small business utilization and prohibiting certain telecommunications services. Proposals must be submitted electronically and must include detailed company information, discounts, and responses to specific requirements outlined in the solicitation. Award criteria emphasize the lowest priced, technically acceptable proposal that meets all conditions. The RFP also mandates SAM registration for participants. This RFP aims to ensure necessary logistical support while fostering participation from women-owned small businesses and other targeted socioeconomic groups.
    The William J. Perry Center for Hemispheric Defense Studies (WJPC) has issued a Statement of Work (SOW) for lodging support services for its Governance and Strategy for Security and Defense (GSSD) and Caribbean Security and Defense courses, scheduled from May 3 to May 17, 2025. The objective is to provide hotel accommodations for approximately 105 guests, encompassing 1380 funded room nights and 70 self-pay nights. The contractor is responsible for offering single rooms equipped with essential amenities, including high-speed internet, dining options (hot breakfast included), and convenient shuttle services to Ronald Reagan National Airport. Lodging must be located within seven miles of Fort Lesley J. McNair and no farther than half a mile from a Metro station. Compliance with the Americans with Disabilities Act (ADA) is mandated. Additionally, the SOW specifies financial responsibilities, including provisions for self-pay guests, and expectations around room reservation confirmations. The contract, categorized as a Firm-Fixed Price contract, emphasizes the government's liability limitations. Clear communication channels are designated for inquiries and invoice submissions, ensuring streamlined operational management for the event. The purpose of this procurement is to facilitate essential lodging logistics that support the overarching mission of enhancing defense collaboration in the Western Hemisphere.
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    Housing Provider
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the United States Secret Service (USSS), is seeking lodging providers to manage room blocks for the 2028 Olympic and Paralympic Games in Los Angeles, CA. The primary objective is to secure a minimum of fifty (50) rooms at various event venues for durations of 30 to 60 days, ensuring consistent terms, amenities, and flexible cancellation policies without penalties. This procurement is crucial for supporting the National Special Security Event (NSSE) security plan, which necessitates reliable housing for personnel involved in the event. Interested parties must submit their responses by December 30, 2025, at 11:00 AM Eastern Time, and can contact Danielle Donaldson at danielle.donaldson@usss.dhs.gov or Katheryn Dennis at katheryn.dennis@usss.dhs.gov for further information.
    Shuttle Services BPA
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for shuttle services under a Blanket Purchase Agreement (BPA) set aside for women-owned small businesses. The procurement aims to establish a five-year contract, with a maximum value of $5,000,000, to provide transportation services for employees within a 50-mile radius of the Carderock Division Headquarters in West Bethesda, Maryland, from January 1, 2026, to January 1, 2031. The contractor will be responsible for supplying a 15-passenger vehicle, a licensed and uniformed driver, fuel, maintenance, and necessary operating supplies, while adhering to specific safety and reporting requirements. Interested vendors must submit their quotes by December 15, 2025, at 12 PM EST, to Steven Besanko at steven.besanko@navy.mil, and will be evaluated based on a lowest price technically acceptable (LPTA) basis without discussions.