Hotel Rooms
ID: W91242-24-Q-0287Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NS USPFO ACTIVITY NC ARNGRALEIGH, NC, 27607-6412, 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 requires 60 hotel rooms for one night, specifically on August 17-18, in or very close to Morganton, North Carolina. The rooms are needed for official government business, and the contract is set aside for small businesses.

    The scope of work is limited to securing the specified number of hotel rooms in accordance with the provided statement of work (SOW). The SOW details the specific requirements, likely including the room rates, cancellation policies, and any other necessary arrangements.

    Eligible applicants must be small businesses as defined by the Small Business Administration (SBA) and have the ability to provide the required number of hotel rooms conforming to the specified standards and location.

    Funding for this requirement is approximately $10,000 - $25,000, and the contract type is likely to be a firm-fixed price.

    Interested parties should submit their offers by email to samuel.j.caulfield.mil@army.mil before the deadline of 17 August. Late submissions will not be considered.

    Offers will be evaluated based on their ability to fulfill the requirements outlined in the SOW, with the most compliant and cost-effective offers being given preference.

    For any clarifications or questions, interested parties can contact Samuel Caulfield at the provided email address.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Hotel Rooms
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fort Sill BPA Resiliency Hotel Events
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Sill, Oklahoma, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for hotel accommodations and related services for Cadre Resiliency Overnight Events. The BPA aims to provide off-post lodging and facilities for Brigade Drill Sergeants and their families participating in resiliency training workshops, requiring up to 35 double queen bed rooms, conference space, childcare facilities, and meal services for approximately 105-110 participants. This initiative is crucial for supporting military family resilience and well-being, with events scheduled quarterly over a five-year term from August 2024 to July 2029, and a total financial cap of $250,000 for all events combined. Interested vendors must submit their quotes by September 23, 2024, and can direct inquiries to Contracting Officer Jesslyan Ortiz Albino or Contract Specialist Indigo Delacruz via their provided email addresses.
    COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO
    Active
    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.
    147th C Battery IDT Lodging
    Active
    Dept Of Defense
    The Department of Defense, specifically the South Dakota Army National Guard, is seeking a qualified contractor to provide commercial lodging services in Yankton, South Dakota, for personnel during Inactive Duty Training (IDT) weekends. The contract requires the provision of clean, smoke-free double occupancy rooms that meet FEMA standards, with an estimated need for lodging covering approximately 392 nights per year, primarily for around 32 personnel. This procurement is significant for ensuring the operational readiness of the National Guard and supports the government's initiative to enhance opportunities for women-owned small businesses. Quotes are due by 12:00 p.m. Mountain time on September 24, 2024, and interested parties should contact Andrew Kennedy at andrew.j.kennedy16.mil@army.mil for further details.
    TEMPORARY BERTHING DUTY ROOMS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Strategic Weapons Facility Atlantic (SWFLANT), is seeking a firm fixed-price contract for temporary berthing duty rooms, which are essential for accommodating personnel in a secure environment. The Navy Exchange Service Command is identified as the sole vendor capable of meeting the facility's specific security and operational requirements, leading to a single-source solicitation under FAR regulations. Interested vendors are encouraged to express their interest and demonstrate their capability by September 23, 2024, while all communications must be conducted via email to the SPK12 Contracts/Procurement Division at SPK12CONTRACTS@SWFLANT.NAVY.MIL. Vendors must also register with the System for Award Management (SAM) to participate in this procurement process.
    2NDMARDIV BEQ FURNITURE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps at Camp Lejeune, is soliciting proposals for the acquisition of Bachelor Enlisted Quarters (BEQ) furniture, including items such as mattresses, refrigerator/microwave combinations, chairs, and various tables for installation in barracks HP-118, HP-119, and HP-301. The procurement aims to furnish a total of 348 rooms while ensuring minimal disruption to current residents, with responsibilities including the fabrication, delivery, installation of new items, and the removal and disposal of existing furniture. This opportunity is particularly significant as it supports the living conditions of enlisted personnel, emphasizing durability and compliance with environmental regulations during the disposal process. Interested small businesses must submit their bids electronically by September 16, 2024, and can direct inquiries to Tammie Cassell at tammila.cassell@usmc.mil or by phone at 910-451-6357.
    HOTEL ACCOMMODATION AND CONFERENCE PACKAGE AT BAGAC, BATAAN
    Active
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Manila, is preparing to solicit proposals for a Hotel Accommodation and Conference Package in Bagac, Bataan, Philippines. This procurement aims to secure lodging and conference facilities for official events, emphasizing the need for reliable and quality accommodations. The contract will be a firm fixed-price type, with the government planning to issue the solicitation around mid-September 2024, and a mandatory site visit and pre-quotation conference will be scheduled as part of the process. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to submit their offers electronically to ManilaContracting@state.gov, adhering to specified file size and format requirements.
    Room and Conference Package Mandaue City Cebu
    Active
    State, Department Of
    The US Embassy in Manila is seeking quotations for a Room and Conference Package in Mandaue City, Cebu. The contract, planned to be awarded in the fourth week of August 2024, aims to secure accommodations and conference facilities. Prospective vendors must register in the SAM database and adhere to the specified file format and size limitations for their offers. The Embassy requires a comprehensive package that includes accommodations and conference spaces, essential for conducting official business in the region. The contract will be awarded based on the lowest priced technically acceptable offer. This opportunity is specifically for accommodations and conference services in the Philippines, crucial for diplomatic engagements and operations. Vendors interested in responding to this pre-solicitation notice should ensure their SAM registration and prepare their offers in the specified format. Contact details are available for Steven L. Ovard and RANDY D. DAYRIT at the US Embassy, Manila. The solicitation is expected to include further details, with a firm fixed price contract anticipated.
    Three (3) Bedroom Serviced Apartment
    Active
    State, Department Of
    The US Embassy in Manila, Philippines, is seeking submissions for a contract to secure a three-bedroom serviced apartment. The primary purpose of this contract is to obtain suitable lodging for official use. Opportunity Details This pre-solicitation notice provides an advance notice that the full solicitation package will be released during the second week of August 2024. The quotation deadline will be specified in the official solicitation. The contract will be awarded to the lowest priced technically acceptable offeror who meets the required qualifications. The contract type will be firm fixed price. All interested parties must be registered in the SAM (System for Award Management) database before the contract is awarded. This is a mandatory requirement, with the registration link provided for ease of access: https://www.sam.gov. Scope of Work The awarded contractor will provide a three-bedroom serviced apartment, including furnishings and amenities, for official use by the US Embassy. The apartment must be located in a safe and accessible area, close to the embassy's current location in Manila. Eligibility Criteria To be eligible for this contract, applicants must have a valid registration in the SAM database and meet the necessary technical requirements. Experience in providing serviced apartments or similar accommodations for diplomatic or government use is advantageous. Funding and Contract Details Funding for this opportunity is expected to come from the State Department's annual budget. The contract will be a firm fixed-price agreement. Submission Process Electronic submissions are permitted and encouraged. Responses must be submitted via email to manilapurchasing@state.gov. Offerors must ensure their submissions are in the specified format: MS-Word 2007/2010, MS-Excel 2007/2010, or Adobe Acrobat (PDF), with a maximum file size of 10MB. If the file size exceeds this limit, it must be split into smaller emails. The submission deadline will be detailed in the official solicitation released in August 2024. Evaluation Criteria The evaluation of submissions will give the highest priority to the offered price, with technical qualifications also being considered. To be considered technically acceptable, applicants must meet all essential requirements outlined in the solicitation. Contact Information For any questions or clarifications, interested parties can contact the US Embassy in Manila, Philippines, via email at manilapurchasing@state.gov or telephone on 63253012000. The US Embassy encourages potential offerors to register and submit their expressions of interest promptly.
    PN 100850 SOF Exploitation Training Facilities
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Wilmington District, is planning to award a Firm Fixed Price contract for the design and construction of three new training facilities at Fort Liberty, North Carolina, under solicitation W912PM24R0013. The project aims to create facilities that simulate a city hall, a residence, and a laboratory for Special Operations Forces (SOF), incorporating Low Impact Development features and adhering to various Department of Defense criteria, including Anti-Terrorism/Force Protection standards. The estimated construction cost ranges between $1,000,000 and $5,000,000, with the solicitation expected to be available in electronic format on or about September 24, 2024. Interested small businesses must register in the System for Award Management (SAM) and can contact Nicolette Campbell at nicolette.l.campbell@usace.army.mil or Robert N. Law at robert.n.law@usace.army.mil for further information.
    NTC 25-02 Tents Subject to Availability of Funds
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the provision of various tents to support military operations at Fort Irwin, California. The procurement includes one 4,000 SQFT tent without utilities, two 7,500 SQFT sleeping tents equipped with power, HVAC, and lights, and one 800 SQFT sleeping tent with utilities, all required for an Armored Brigade Combat Team during a training rotation. This contract is a total small business set-aside, emphasizing the importance of small businesses in fulfilling critical military infrastructure needs, with a performance period from October 8 to November 27, 2024. Interested vendors must submit their quotes by 11:30 AM Eastern Time on September 23, 2024, and direct any inquiries to Dale Patterson at dale.v.patterson.mil@army.mil or SSG Ben Shepherd at benjamin.p.shepherd2.mil@army.mil.