333rd Military Police Brigade Lodging Farmingdale, NY
ID: W15QKN25Q0027Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

TRAINING AIDS (6910)
Timeline
    Description

    The Department of Defense, through the U.S. Army Contracting Command, is seeking proposals for lodging services for the 333rd Military Police Brigade in Farmingdale, New York, from July 19 to July 22, 2025. The procurement requires the provision of 63 hotel rooms to accommodate military personnel during their Home Station Active Duty for Mobilization, with specific compliance to federal per-diem rates and safety protocols. This contract is crucial for ensuring the well-being and operational readiness of military personnel during their mobilization period. Interested vendors must submit their quotes by July 11, 2025, and can direct inquiries to Stacey Conner at stacey.r.conner.civ@army.mil or Stephanie Kless at stephanie.g.kless.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Contracting Command – New Jersey has issued Request for Quote (RFQ) W15QKN-25-Q-00027 to procure lodging in Farmingdale, New York, for the 333rd Military Police Brigade from July 19 to July 22, 2025. The RFQ specifies that quotes must adhere to Federal Acquisition Regulation (FAR) guidelines, requiring minimal information such as Unique Entity Identifier (UEI) and CAGE codes for offerors. The solicitation follows a Firm-Fixed Price (FFP) model and outlines requirements including a total of 63 rooms with specific occupancy arrangements. The evaluation will focus on the Lowest Price Technically Acceptable (LPTA) quotes, ensuring proposals meet the Statement of Work (SOW) and other criteria outlined in this RFQ. Critical submission details include technical assessments of the lodging facilities, compliance with FEMA certifications, and adherence to government pricing limits. Contractors must submit their quotes before the deadline of July 11, 2025, and provide all requested information to prevent rejection. This solicitation indicates the Army's commitment to securing quality lodging for military personnel while adhering to federal procurement protocols.
    The U.S. Army Contracting Command has issued a Request for Quotation (RFQ) W15QKN-25-Q-00027 for lodging services for the 333rd Military Police Brigade from July 19 to July 22, 2025. This procurement targets 63 hotel rooms at a specified location in Farmingdale, New York, following the guidelines set in the Federal Acquisition Regulation (FAR). Proposals must adhere to minimum submission requirements and include technical and pricing information to be considered for the award, which will be based on the lowest price technically acceptable. The RFQ outlines specific compliance metrics, including FEMA certification and security assessments for the lodging facilities. Offerors must register in the System for Award Management (SAM) and submit their quotes by July 11, 2025, along with additional documents detailing the technical capability and pricing format required. All proposals will undergo an evaluation on a “pass/fail” basis for technical acceptability, followed by a price evaluation to ensure fairness and reasonableness. The RFQ period emphasizes a firm-fixed price structure while specifying that offers exceeding the government's established per diem rates will not be accepted. Overall, this solicitation reflects the Army's initiative to secure essential lodging services following strict regulatory standards and guidelines.
    The Statement of Work (SOW) outlines a contract to provide Lodging-in-Kind with meals for members of the 333rd Military Police Brigade during their active duty from July 19–22, 2025, at 25 Baiting PL RD, Farmingdale, NY. It requires the contractor to deliver all necessary services and accommodations within a 30-mile radius of this location. A total of 63 rooms will be provided, prioritizing double occupancy except for higher-ranking individuals who are entitled to single rooms, with amenities including internet access and cleaning services. Health and safety standards must be adhered to, including acceptable conditions for rooms and compliance with safety regulations. The contractor must also accommodate special dietary needs and provide appropriate dining facilities. The government reserves the right to cancel reservations with 48 hours' notice, with invoicing submitted through the Wide Area Workflow system for actual room occupancy. Additionally, security training on the iWATCH program is mandatory for all contractor staff. This document reflects governmental efforts to ensure efficient lodging and meal services for military operations while maintaining safety and regulatory compliance.
    The Statement of Work (SOW) details a non-personal services contract to provide Lodging-in-Kind for the 333rd Military Police Brigade from 19 to 22 July 2025, during their Home Station Active Duty for Mobilization. The contractor is responsible for all necessary resources, including lodging for 40 military personnel within a 30-mile radius of the unit's home station in Farmingdale, NY. Each room is to accommodate two service members, with special provisions for higher-ranking individuals. Lodging expenses must not exceed applicable federal per-diem rates. Facilities must ensure health, safety, and security compliance, including non-smoking rooms and adequate custodial services, while providing essential amenities. The contractor will also manage electronic invoicing aligned with the Wide Area Workflow system and must offer a rooming roster seven days prior to check-in. The document specifies important roles and responsibilities, including that of the contractor and contracting officer, alongside a requirement for security training to report suspicious activities. The SOW establishes clear guidelines for managing lodging services and ensuring the well-being of military personnel during the specified period.
    The document presents a Statement of Work (SOW) for the 333rd Military Police Brigade, detailing lodging requirements for a scheduled event. It outlines a total of 63 room nights required from July 19 to July 21, 2025, categorized by room types. Specifically, on July 19, 20, and 21, there will be 2 single rooms and 19 double rooms needed each day. The lodging plan indicates that there will be a check-out on July 22, with no rooms required for that day. This SOW is essential for facilitating accommodations for personnel during the event, ensuring appropriate lodging arrangements are in place to meet operational needs.
    The document outlines the requirements and conditions for a new lodging contract related to a federal event. It confirms that a tax exemption certificate will be provided upon award, and specifies that a full quote for the total number of rooms is required, with inflexible dates for the event. The government will reimburse the contractor for lodging expenses, and no transportation or meals will be provided. The parking requirement entails accommodating 21 cars on-site without any parking charges, adhering to safety protocols including accessible parking and security measures. There will not be additional lodging requirements within the next 12 months, and payment terms stipulate that the government will pay only for actual rooms occupied post-event. The overall structure conveys essential details for potential vendors to fulfill the lodging needs while ensuring compliance with federal standards and requirements.
    The document addresses a federal lodging contract solicitation, detailing requirements and expectations for prospective contractors. Key points include that the awarded contractor will need to secure rooms without flexibility in dates or partial quotes, and payments will be made post-checkout based on actual occupancy. On-site hotel staff presence is necessary, and parking must be accessible and free. All meals for guests will be provided, either in buffet or sit-down style, with dietary restrictions communicated post-award. The need for a government-rate booking and specific meal timing (breakfast, lunch, and dinner) is outlined, as well as the proximity requirements for nearby restaurants. Overall, this document clarifies obligations and conditions surrounding the lodging arrangement for government employees, ensuring compliance with federal standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    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.
    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.
    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.
    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.
    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.
    Custodial Services for MO024
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services for the MO024 facility at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform janitorial services as outlined in the Performance Work Statement (PWS), with the exception of government-furnished items. This procurement is crucial for maintaining cleanliness and hygiene standards within the facility, ensuring a safe and functional environment. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or call 502-898-5535 for further details, with the contract period starting on January 1, 2026, and extending through four optional 12-month periods.
    Roads & Grounds Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Roads & Grounds Services at Fort McCoy, Wisconsin. The contractor will be responsible for delivering all necessary labor, transportation, equipment, materials, supervision, and other services as outlined in the Performance Work Statement and the terms of the solicitation. This contract is crucial for maintaining the operational readiness and aesthetic upkeep of the military installation, with a total estimated performance period that includes a 1-month phase-in, one base year of 11 months, four 12-month option years, and a 6-month option to extend. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, focusing on technical capabilities, past performance, and price, with the solicitation expected to be released on December 18, 2025. Interested parties can contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or 520-706-0736 for further information.
    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.