Lodging in Kind
ID: W912CN-25-Q-ME04Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0413 AQ HQ RCO-HIFORT SHAFTER, HI, 96858-5025, 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 Army's 9th Mission Support Command, is seeking competitive quotes for lodging accommodations in Honolulu, Hawaii, from March 5 to March 14, 2025. The procurement requires 23 double rooms and 1 single room for a total of 193 nights, with eligibility limited to small businesses that meet a minimum quality standard of a four-star hotel rating. This lodging arrangement is crucial for supporting military personnel during their stay, ensuring comfort and compliance with Army standards. Interested vendors must submit their quotes in PDF format by 0900 HRS Hawaii Standard Time on March 3, 2025, and can direct inquiries to Contract Specialist Michael Ehara at michael.m.ehara.civ@army.mil or by phone at 808-787-8884.

    Files
    Title
    Posted
    The Combined Synopsis/Solicitation (RFQ No. W912CN-25-Q-ME04) seeks competitive quotes for lodging accommodations for the 9th Mission Support Command in Honolulu, HI, from March 5-14, 2025. It requests twenty-three double rooms and one single room for a total of 193 nights, emphasizing that all bids must comply with the Federal Acquisition Regulation (FAR) guidelines and be submitted by small businesses only, with a size standard of $40 million. The evaluation criteria for bids include technical capability and price, with a minimum quality standard of a 4-star hotel rating. Offerors must submit a complete quote, including pricing details, general information, technical capability narratives, and compliance with all solicitation requirements. Quotes are due by 0900HRS Hawaii Standard Time on March 3, 2025, with late submissions potentially not being considered. The point of contact for this solicitation is Contract Specialist Michael Ehara, and the document outlines specific instructions for offer submission and evaluation.
    The document is a solicitation (RFQ No. W912CN-25-Q-ME04) issued by the 9th Mission Support Command for lodging accommodations in Honolulu, Hawaii, specifically requiring 23 double rooms and 1 single room for 193 total nights from March 5 to 14, 2025. The RFQ mandates that only small businesses are eligible to bid and emphasizes compliance with all requirements listed in the solicitation. Amendments to the RFQ include removing a payment instruction clause, adding a payment by third party clause, and attaching a room roster. Questions regarding the solicitation must be submitted via email by February 27, 2025. Offerors are instructed to submit complete quotes in PDF format by March 3, 2025, with the emphasis on providing technical capability and competitive pricing. Evaluation will focus on technical capability and pricing, where only proposals from hotels rated at least four stars will be considered acceptable. The document is structured to guide potential bidders through requirements, submission guidelines, and evaluation criteria, underscoring the importance of meeting specific conditions to be eligible for award consideration.
    The Department of the Army, 9th Mission Support Command, outlines a detailed lodging purchase description for single personnel accommodations as of January 7, 2025. The document specifies minimum requirements for guestrooms, including furnishings such as a high-quality mattress, a desk chair, a mini refrigerator, TV, WiFi, and adequate storage space. It emphasizes the necessity for clean, undamaged furniture without noticeable wear. Additionally, bathroom specifications are provided, including the need for Western-style fixtures, sufficient towels, hygiene supplies, and privacy measures. The bathrooms must be designed to prevent sound and sight leakage to sleeping areas, ensuring occupant comfort and privacy. There are no meal provisions mandated in this lodging arrangement. The memorandum serves as a guideline for hotels or accommodation providers to meet Army standards, thereby supporting government procurement processes relevant to federal grants and requests for proposals (RFPs).
    The document outlines lodging arrangements for service members attending a scheduled event from March 5 to March 13, 2025. A total of 193 nights are required for various personnel, each booked for eight nights at a per diem rate of $202. The cumulative cost for the lodging amounts to $38,986. Specific individuals and departure dates are listed, showcasing a mixture of names and details, indicating that the arrangements are managed under a government procurement process. It also includes sections for the Requiring Activity Information, Government Purchase Cardholder Information, local purchase authority references, and specifics about funding authorization. This structure underscores the process of direct lodging procurement for military personnel, highlighting both budget constraints and operational logistics essential for military readiness during the specified dates.
    The document outlines a series of questions and answers regarding a government contract for hotel accommodations in Hawaii from March 5-14, 2025. Key queries involve clarification on room arrangements, occupancy dates, and confusion over the total number of room nights, with the correct breakdown ultimately confirming 193 total room nights across various room configurations. Additionally, the document addresses financial aspects, noting that the U.S. government is generally not exempt from specific occupancy taxes, which must be included in pricing quotes. Another significant point pertains to parking fees, which guests will cover themselves, and the confirmation that the contract is a one-time arrangement with no incumbent. Finally, the necessity for hotels to maintain a minimum star rating of four on any recognized platform for eligibility is emphasized. The document serves as a crucial reference for potential vendors responding to a Request for Proposals (RFP) by clarifying contract requirements and addressing common queries related to logistics and pricing.
    Lifecycle
    Title
    Type
    Lodging in Kind
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Lodging-in-Kind and Meals for Home Station Active Duty for Mobilization to support Military Service Members of the 377th Military Police Company
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide lodging-in-kind and meals for the 377th Military Police Company during their mobilization from March 29 to April 1, 2025, in Cincinnati, OH. The contract requires securing double occupancy lodging within a 30-mile radius of the unit's location, along with the provision of 171 meals across breakfast, lunch, and dinner for 19 personnel, adhering to Army Regulation guidelines and accommodating dietary restrictions. This procurement is crucial for ensuring the logistical support and operational readiness of military personnel during their mobilization period. Interested vendors can contact Polia Quiles at polia.m.quiles.civ@army.mil or 520-687-1420, or Katie J. Lyons at katie.j.lyons.civ@mail.mil or 609-562-3535 for further details.
    FY25 UILS Lodging
    Buyer not available
    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.
    3RD QTR LODGING
    Buyer not available
    The Department of Defense, specifically the Kentucky Air National Guard (KYANG), is seeking lodging services for its personnel during Regularly Scheduled Drill (RSD) from April to June 2025 in Louisville, Kentucky. The procurement requires a premium FEMA-registered hotel that can accommodate double-occupancy rooms while adhering to specific standards for quality, health, safety, and security, including compliance with National Fire Codes and maintaining a clean environment free from heavy industrial activity. This contract is crucial for ensuring that military personnel have access to safe and comfortable accommodations during their training periods. Interested vendors should contact SSgt Quetta Odom at glennquetta.odom@us.af.mil or 502-413-4617, or Jonathan Vance at jonathan.vance.4@us.af.mil or 502-413-4161 for further details.
    Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL
    Buyer not available
    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.
    Atlanta Hotels Holiday Block Leave
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Moore, is seeking quotes for hotel accommodations to support the holiday block leave mission for the 194th Armored Brigade in Atlanta, Georgia. The requirement includes booking king and double rooms with private bathrooms for the dates of December 18-20, 2024, and January 2-4, 2025, within a 1-2 mile radius of the Atlanta Airport Gateway Center, ensuring easy access to the SkyTrain Station. This initiative is crucial for facilitating safe travel for military personnel during the holiday season, emphasizing the need for adequate lodging and transportation services. Interested small businesses must be registered in SAM.gov and submit their proposals electronically by December 15, 2024; for further inquiries, they can contact Stacia M. Rivers at stacia.m.rivers.civ@army.mil or Saundra M. Love at saundra.m.love.civ@army.mil.
    Point-of-Use (POU) Automated Medical Supply Dispensing System with Software Application for Tripler Army Medical Center, Hawaii
    Buyer not available
    The Department of Defense, through the Army, is seeking proposals for a Point-of-Use (POU) Automated Medical Supply Dispensing System with an integrated software application for the Tripler Army Medical Center in Hawaii. The procurement includes a comprehensive solution that encompasses equipment, software, cybersecurity measures, installation, and training, with the contractor responsible for decommissioning existing units and ensuring compliance with stringent cybersecurity protocols. This initiative is crucial for enhancing the efficiency and security of medical supply management within military healthcare facilities. Interested vendors must submit their proposals by March 10, 2025, and can direct inquiries to Megumi Kuwada at megumi.kuwada.civ@health.mil or call 808-433-9489.
    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.
    USCG Cape Cod ADT Berthing
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals from qualified small businesses for berthing accommodations at Joint Base Cape Cod, Massachusetts, during the Active-Duty Training period from April 25 to May 10, 2025. The contract requires the provision of 25 rooms within an 18-mile radius of the base, ensuring that all personnel are housed in one location, with a minimum three-star rating for the lodging facility. This procurement is critical for supporting the operational efficiency of Reservists during their training exercises, emphasizing compliance with the Women-Owned Small Business program and specific security requirements. Interested parties must submit their offers by March 6, 2025, and can contact Yvett R. Garcia at Yvett.R.Garcia@uscg.mil for further information.
    FY25 MCA PN76898 Aircraft Maintenance Hangar, Wheeler Army Airfield, Oahu, Hawaii
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking sources for the construction of an Aircraft Maintenance Hangar at Wheeler Army Airfield in Oahu, Hawaii. This project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and aims to enhance the operational capabilities of the Army by providing necessary maintenance facilities for aircraft. The procurement is critical for ensuring the readiness and efficiency of military operations in the region. Interested parties can reach out to Brett Watanabe at brett.j.watanabe@usace.army.mil or Jennifer Ko at JENNIFER.I.KO@USACE.ARMY.MIL for further details, with the expectation of a formal solicitation to follow.
    V231--HOPTEL Veteran Overnight Lodging (VA-25-00028403)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide overnight lodging services for veterans at the Oscar G. Johnson VA Medical Center in Iron Mountain, Michigan, under the solicitation titled "V231--HOPTEL Veteran Overnight Lodging (VA-25-00028403)." The contract, which will commence on April 1, 2025, and run through March 31, 2030, requires the contractor to supply a minimum of 13 rooms each night, with the potential for additional rooms as needed, ensuring that accommodations meet AAA "two diamond" standards and comply with safety and accessibility regulations. This initiative is crucial for enhancing the quality of care and comfort for veterans and their caregivers, while also promoting small business participation in federal contracts. Interested parties can reach out to Laura A. Broacha at Laura.Broacha@va.gov for further details regarding the procurement process.