FY25 UILS Lodging
ID: F3ST904352A001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4407 375 CONS LGCSCOTT AFB, IL, 62225-5015, 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 soliciting quotes for lodging services for the FY25 International Logistics Symposium, scheduled from June 24 to June 26, 2025, at Scott Air Force Base. The procurement requires a total of 50 hotel rooms for the duration of the event, along with a meeting room that can accommodate 75 attendees for one hour on June 23, 2025. This contract is crucial for supporting the logistics symposium, which facilitates international collaboration and knowledge sharing among military and civilian personnel. Interested vendors must submit their proposals by February 28, 2025, and ensure compliance with federal regulations, including registration in SAM and adherence to security protocols. For further inquiries, potential bidders can contact Armando Mercado at armando.mercado.1@us.af.mil or LaMarr Watson at lamarr.watson.2@us.af.mil.

    Files
    Title
    Posted
    The document addresses lodging queries related to a government event at the Duane Cassidy Conference Center on Scott AFB for fiscal year 2025. It specifies that the selected hotel must be located within a defined mileage from Scott AFB to facilitate government-provided transportation for guests. Additionally, there is a question about collecting credit card information from international guests upon check-in, as many may lack recognizable US credit cards. The document clarifies that while itemized bills for incidentals should be provided after checkout, the government will cover any additional financial obligations that arise from damages noted in these bills. This emphasizes the need for financial arrangements that accommodate guests from various nations while ensuring accountability for incidentals incurred during their stay.
    The document outlines the requirements for lodging and meeting space related to the FY25 UILS program scheduled from June 22 to June 27, 2025. A total of 50 hotel rooms are required for the entirety of the stay, with check-in on June 22 and check-out on June 27. The main activities of the program will take place between June 23 and June 26, primarily at the Duane Cassidy Conference Center. A meeting room accommodating 75 attendees is needed for one hour on June 23, without refreshments or audio-visual equipment. The hotel is expected to provide complimentary breakfast; otherwise, the cost should not exceed the per diem. There are stipulations regarding room service charges and damage costs, with an emphasis on separate billing for any damages incurred. This is a new government contract intended to support the UILS program, with no incumbent services. Overall, the document specifies venue and service needs in preparation for the program's activities, ensuring clarity and compliance for potential bidders in a government RFP context.
    This document outlines the applicable Federal Acquisition Regulation (FAR) clauses related to a federal acquisition. It lists various clauses that ensure compliance with federal laws, including those addressing executive compensation reporting, subcontractor qualification, child labor, and prohibitions on certain entities from contracting. Key provisions also focus on labor standards, equal opportunity, and combating trafficking. Additional clauses from the Defense Federal Acquisition Regulation Supplement (DFARS) emphasize cybersecurity, whistleblower protections, and regulations regarding the use of domestic commodities. The timeline for submissions is set for February 28, 2025, with further contact details provided for inquiries. Overall, the purpose of this document is to guide potential contractors on the regulatory framework and requirements for their proposals, ensuring adherence to federal standards and promoting transparency and accountability in government contracting.
    The 375th Contracting Squadron at Scott AFB is soliciting quotes for hotel lodging for the FY25 International Logistics Symposium, scheduled from June 24-26, 2025. This RFQ requests offers by February 28, 2025, and will be evaluated primarily on price, with the technical approach of the lowest priced offer being assessed for acceptability. To qualify, bidders must be registered in SAM and adhere to various specified requirements including submission of a cover letter and certain business information. The RFQ includes specific instructions for proposals, addressing the submission format and essential information required, such as payment terms and total cost. Furthermore, it emphasizes compliance with security requirements for contractor personnel accessing the Air Force installation and outlines procedures regarding identification and vehicle passes. Additionally, the document addresses REAL ID Act compliance for identification needed for base access, maintaining a focus on security protocols post-COVID-19. An ombudsman is designated to resolve concerns relating to the solicitation, ensuring transparency and confidentiality in communications. This acquisition aligns with federal regulations for procurement processes, underscoring both the technical and price-based evaluation criteria essential to federal contracting.
    Lifecycle
    Title
    Type
    FY25 UILS Lodging
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    District of Columbia National Guard Family Programs Youth Symposium
    Buyer not available
    The Department of Defense, through the District of Columbia National Guard (DCNG), is soliciting quotes for the Family Programs Youth Symposium scheduled for July 11-13, 2025, in Alexandria, Virginia. The procurement requires services including meals, lodging, and conference facilities for approximately 50 participants, with specific deliverables such as buffet-style meals and 25 double non-smoking guest rooms for two nights. This opportunity is set aside exclusively for small businesses, with a maximum revenue cap of $40 million, emphasizing the importance of supporting local vendors in government contracting. Interested parties must submit their quotes by March 3, 2025, and can direct inquiries to MSG Terrell Moore at terrell.a.moore.mil@army.mil or MAJ Darrin Weaver at darrin.j.weaver.mil@army.mil.
    Lodging for Wings Over Wayne Airshow 2025
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for lodging services during the Wings Over Wayne Airshow 2025, scheduled from April 30 to May 5, 2025, at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The contractor will be responsible for providing a minimum of 25 hotel rooms, with the option to expand to 35, ensuring compliance with quality standards and managing reservations through the Southern Pines Inn Manager. This procurement is significant as it supports government personnel during a major public event, emphasizing the inclusion of small business entities, particularly Women-Owned Small Businesses and Veterans-Owned Small Businesses, in the contracting process. Interested parties should note that the total award amount is $40,000,000, and they can reach out to Lauren Kaae at lauren.kaae@us.af.mil or Nelson Sosa at nelson.sosa@us.af.mil for further information.
    Logistics Readiness Squadron Support 811111
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking industry input for Logistics Readiness Squadron Capabilities (LRS-C) services, with the aim of establishing a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This initiative is designed to enhance logistical support across various Air Force bases, covering essential services such as materiel management, traffic and vehicle management, fuels management, and transportation services, with a total performance period of up to six years. The procurement is critical for ensuring operational readiness and efficient logistics management across the Air Force's operational footprint. Interested vendors must submit their responses by March 3, 2025, to the designated contacts, Katelyn N. Timmermann and Lisa Pendragon, whose emails are katelyn.timmermann@us.af.mil and lisa.pendragon@us.af.mil, respectively.
    Air University AFA Booth Space - Single Source Justification
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to secure exhibit space for two significant Air Force Association (AFA) symposiums in fiscal year 2025. The contractor will be responsible for organizing a display booth at the AFA Warfare Symposium in Aurora, Colorado, from March 3-5, 2025, and at the AFA Air Space Cyber Conference in National Harbor, Maryland, from September 22-24, 2025, with specified booth sizes of 30' x 30' and 20' x 40', respectively. This procurement is crucial for engaging with the aerospace and defense communities, aligning with government objectives to promote military-related initiatives. Interested parties can contact SrA Troy Cournoyer at troy.cournoyer@us.af.mil or 334-953-3100 for further details.
    Logistics Readiness Capabilities 493110
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Logistics Readiness Squadron Capabilities (LRS-C) services across various military installations. The procurement aims to establish a strategic Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) to enhance logistics support, including services such as materiel management, traffic management, vehicle management, fuels management, and air transportation. This initiative is crucial for streamlining logistics operations and improving efficiency at Air Force bases, ensuring compliance with Department of Defense standards. Interested vendors must submit their responses by March 3, 2025, and can direct inquiries to Katelyn N. Timmermann at katelyn.timmermann@us.af.mil or Lisa Pendragon at lisa.pendragon@us.af.mil.
    489th Hotel BPA Dyess AFB, TX
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) to provide lodging services at Dyess Air Force Base (AFB) in Texas. The BPA, numbered FA466125Q0005, is intended to furnish quality lodging accommodations for personnel from April 9, 2025, to April 8, 2030, with a total maximum value of $300,000, where individual orders cannot exceed $25,000. This procurement is crucial for ensuring that military personnel have access to safe and compliant lodging facilities, adhering to health and safety regulations while maintaining high standards of service. Interested contractors must be registered as small businesses in the System for Award Management (SAM.gov) and can direct inquiries to Kasey Hutton at kasey.hutton.1@us.af.mil or Germain Duarte at germain.duarte.1@us.af.mil, with the award decision expected on or before April 8, 2025.
    Logistics Readiness Squadron Capabilities
    Buyer not available
    The Department of Defense, through the Air Force Installation Contracting Command, is seeking industry insights for the Logistics Readiness Squadron Capabilities (LRS-C) services, aiming to establish a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) for logistics support across all Air Force bases. The procurement focuses on comprehensive logistics services, including material management, traffic management, vehicle management, fuels management, and surge support, with a performance period potentially extending up to six years. This initiative is critical for enhancing the efficiency and effectiveness of logistics operations within the Air Force, ensuring robust support for military readiness. Interested vendors must submit their capabilities and past performance information by February 14, 2025, to the designated contacts, Katelyn N. Timmermann at katelyn.timmermann@us.af.mil or Lisa Pendragon at lisa.pendragon@us.af.mil.
    Logistics Readiness Squadron Capabilities 541614
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking industry participants capable of providing Logistics Readiness Squadron Capabilities (LRS-C) services across multiple Air Force bases. The procurement aims to establish a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will encompass logistics management, traffic management, vehicle and fuel management, and transportation services, with a performance period estimated at five years, plus an option for an additional year. This initiative is crucial for ensuring effective logistical support and readiness for military operations both domestically and internationally. Interested vendors are encouraged to submit their capabilities and relevant information by March 3, 2025, to the designated contacts, Katelyn N. Timmermann at katelyn.timmermann@us.af.mil and Lisa Pendragon at lisa.pendragon@us.af.mil.
    Logistics Readiness Squadron Capabilities 488119
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking industry input for the Logistics Readiness Squadron Capabilities (LRS-C) as part of a potential enterprise contract. The objective is to gather information from vendors capable of providing logistics support services across 27 locations, including material management, traffic and vehicle management, fuels management, and ground transportation, under a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) framework with a potential performance period of up to six years. This initiative is crucial for enhancing operational readiness and support across Air Force bases, both within the continental United States and overseas. Interested vendors must submit their capability assessments by March 3, 2025, to the designated contacts, Katelyn N. Timmermann at katelyn.timmermann@us.af.mil and Lisa Pendragon at lisa.pendragon@us.af.mil.
    Logistics Readiness Capabilities 561210
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking market input for Logistics Readiness Squadron Capabilities (LRS-C) services as part of a Request for Information (RFI). The objective is to consolidate various logistics services across 27 locations into a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) model, with a potential performance period of up to six years. These services are critical for supporting military operations, including materiel management, traffic management, vehicle management, fuels management, and transportation services. Interested vendors must submit their capabilities by March 3, 2025, and can direct inquiries to Katelyn N. Timmermann at katelyn.timmermann@us.af.mil or Lisa Pendragon at lisa.pendragon@us.af.mil.