Combined Synopsis/Solicitation for Lodging in Guam
ID: FA4452CSSforLodgingType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4452 763 ESSSCOTT AFB, IL, 62225-5020, 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 Department of the Air Force, is seeking lodging accommodations in Guam for the Mobility Guardian 2025 exercise, scheduled from July 7 to August 4, 2025. The procurement requires a total of 100 to 550 rooms per day, including both single and double occupancy, in the vicinity of Andersen Air Force Base and Antonio B. Won Pat Guam International Airport. This initiative is critical for supporting military operations and ensuring personnel have adequate lodging during the exercise. Interested small businesses must submit their quotes by May 23, 2025, and can contact Duncan Bowman at duncan.bowman.1@us.af.mil or Lauren Thoele at lauren.thoele@us.af.mil for further information.

    Files
    Title
    Posted
    The Statement of Work (SOW) for Rental Vehicles in Guam outlines the requirements for providing rental vehicles to U.S. Government personnel from July 7 to August 4, 2025. The Contractor is responsible for supplying necessary personnel, equipment, and vehicles that are safe, well-maintained, and compliant with U.S. laws. Specific vehicle types and quantities are detailed, including SUVs, vans, trucks, and sedans, all with operational features like automatic transmissions, heating, and air conditioning. The contractor must ensure proper licensing, insurance, and timely vehicle replacement in the event of accidents. Additionally, a 24/7 emergency service is required for vehicle recovery and repairs without incurring extra costs to the government. The document outlines procedures for vehicle pick-up and return, including joint inspections for damages. A Contract Manager appointed by the Contractor will oversee daily operations, with clear delineation of roles between the Contractor and the Contracting Officer. This SOW exemplifies the meticulous expectations of governmental contracts regarding vehicle rentals, ensuring operational efficiency, adherence to safety standards, and accountability throughout the rental period.
    The document FA445225Q0013 outlines detailed clauses and provisions for federal contracts, specifically focusing on requirements related to compensation of former Department of Defense (DoD) officials, safeguarding covered defense information, and prohibitions on certain procurements from specific regions impacted by U.S. sanctions. Key clauses include stipulations regarding whistleblower rights, cybersecurity measures, and contract payment instructions through the Wide Area Workflow (WAWF). It also establishes various certifications that contractors must complete, addressing socio-economic statuses (e.g., small disadvantaged businesses, women-owned businesses) and compliance with federal regulations. The use of commercial products and services is emphasized through clauses that promote small business participation and uphold ethical business standards, including anti-trafficking measures. The structured layout facilitates contractors' compliance with legal and policy requirements throughout the bidding process. This document serves as a comprehensive guideline for government contractors, ensuring adherence to legislative mandates and fostering transparent procurement processes.
    The document outlines a combined synopsis/solicitation (FA445225Q0013) for lodging services in Guam, prepared in accordance with the Federal Acquisition Regulation (FAR). This Request for Quotation (RFQ) invites small businesses to provide hotel accommodation for specific dates in July 2025. Quantities of rooms required are detailed extensively, indicating both single and double occupancy needs across multiple nights. Offerors must be registered in the System for Award Management (SAM) to be eligible for selection and must submit their quotes by May 23, 2025. The award process will evaluate submissions based on pricing and technical acceptability, with a preference for those meeting the requirements at the lowest cost. The government reserves the option to award multiple contracts if necessary. The solicitation stresses the importance of initial quotes reflecting the best technical and pricing terms. Two attachments provide further details: the Performance Work Statement and clauses governing the procurement process. This initiative represents the government's systematic approach to acquire essential lodging services while potentially benefiting small businesses.
    The document serves as a combined synopsis and solicitation for lodging services in Guam, referenced as solicitation number FA445225Q0013. It is structured to solicit bids from potential small business offerors under the NAICS code 721110 and follows federal acquisition regulations (FAR) for simplified acquisition processes. The government reserves the right to cancel the solicitation without obligation to reimburse offerors for costs incurred. Interested vendors must register with the System for Award Management (SAM) to be eligible for consideration. The solicitation includes detailed requirements for lodging, specifying quantities and types of rooms needed over specified dates in July, with an emphasis on pricing and technical acceptability as grounds for award evaluation. The evaluation will prioritize the lowest price that meets the minimum requirements outlined in the Performance Work Statement (PWS). The government may choose to award multiple contracts if a single offeror cannot fulfill the entire requirement. Potential vendors must submit their quotes by a defined deadline along with necessary documentation. This solicitation reflects a standard government procurement process aimed at acquiring lodging services while encouraging participation from small businesses.
    The document outlines a new requirement from the United States Air Force pertaining to a procurement process. It clarifies that this requirement is distinct from existing ones and does not disclose any incumbent awardees. Key inquiries include the necessity of a SPRS score, GCC High compliance for offerors, and the provision of a Personally Identifiable Information (PII) plan. The government confirms that the contract is intended to be awarded on a firm-fixed-price basis, evaluating responses based on technical and price criteria. Questions about financial aptitude, past performance, hotel accommodations, and tax-exempt certificates are addressed, with the government indicating that specific requirements regarding hotel distance or star ratings do not exist. Overall, this document highlights essential evaluation factors for contractors, including compliance with NIST SP 800-171 requirements, while positioning the Air Force’s contracting office as a resource for verification and support throughout the proposal process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    Recruiting Station-Army Career Center - Dededo, Guam
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 1,000 to 1,200 gross rentable square feet of commercial retail storefront space in Dededo, Guam, for Armed Forces Recruiting purposes. The lease will be for a term of five years, requiring the lessor to provide essential services such as utilities, janitorial services, and adequate parking for government vehicles. This procurement is vital for establishing a functional recruiting center that meets specific accessibility, safety, and operational standards as outlined in the Request for Lease Proposals (RLP). Interested parties must submit their proposals electronically by December 31, 2025, to Amy L. Capwell at amy.capwell@usace.army.mil, and ensure compliance with all outlined requirements, including registration in the System for Award Management (SAM).
    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.
    Portable Office Space - PALMETTO REACH Saipan/Palau (Amendment 1)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for portable office space to support the PALMETTO REACH initiative at Saipan and Palau International Airports. The procurement involves providing double-wide portable office space units, complete with necessary furnishings, power, and security features, to meet operational readiness deadlines in January 2026. This opportunity is crucial for establishing functional office environments in remote locations, ensuring the effective execution of military operations. Interested small businesses must submit their quotes by December 16, 2025, and can direct inquiries to Levi Mowrey at levi.mowrey@us.af.mil or Patrick Thomas at patrick.thomas.30@us.af.mil, with the total contract value contingent upon available funding.
    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.
    FY24 MCON PROJECT P-859, CONSOLIDATED HEADQUARTERS PHASE II, U.S. NAVSUPPACT, MCB GUAM
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific, is seeking qualified contractors for the FY24 Military Construction (MILCON) Project P-859, which involves the construction of a secure Phase 2 space at the Consolidated Headquarters located at Naval Support Activity Marine Corps Base in Guam. The project encompasses various construction elements, including architectural, fire protection, electrical, telecommunications, HVAC, and collateral equipment, with an estimated contract value between $10 million and $25 million and a completion period of approximately 423 calendar days. This opportunity is significant for firms specializing in commercial and institutional building construction, as it requires U.S. prime contractors with U.S. subcontractors and suppliers, all of whom must have valid Top Secret clearance. Interested parties should contact Jacqueline Sivongxay at jacqueline.y.sivongxay.civ@us.navy.mil or call 808-603-4464 for further details, and must submit required vetting forms to gain access to the Request for Proposal (RFP), which is anticipated to be released around December 2025.
    36 CES Airfield Lighting Control and Monitoring System (ALCMS) Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of the Airfield Lighting Control and Monitoring System (ALCMS) at the 36th Civil Engineer Squadron in Yigo, Guam. The procurement involves maintenance, repair, and rebuilding of electrical and electronic equipment components, as detailed in the attached justification and approval document. This system is critical for ensuring the safety and efficiency of airfield operations, highlighting the importance of reliable lighting control and monitoring. Interested parties can reach out to Lauren Reyes at laurenrenee.reyes.2@us.af.mil or by phone at 671-366-6612, or Aubreeana Taylor at aubreeana.taylor@us.af.mil or 671-366-6603 for further information.
    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.
    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.