Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL
ID: FA664824Q0007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA6648 482 LSS LGCHOMESTEAD AFB, FL, 33039-1299, 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Blanket Purchase Agreement (BPA) establishes a process for providing single occupancy lodging for personnel of the 482nd Fighter Wing at Homestead Air Reserve Base, Florida, during training periods. The agreement outlines the period of performance, which can be modified by the Contracting Officer (CO), and highlights the government’s right to cancel the BPA with a 30-day notice. Pricing must align with General Services Administration (GSA) Per Diem rates, be tax-exempt, and any adjustments require CO approval. Contractors are required to submit price lists, and government purchases under $25,000 can be made using a Government Purchase Card (GPC). Charges for incidentals are the responsibility of the personnel, not the government. Authorized personnel are specified for making reservations, and invoicing procedures are detailed to ensure timely payments. Quality assurance involves inspections by the government to ensure compliance with standards, and issues must be resolved through the CO. Contractors must maintain active registration in the System for Award Management (SAM) and notify the government of ownership changes in a timely manner. The BPA is administered by the 482nd Contracting Squadron, emphasizing structured oversight and adherence to regulations throughout its execution.
    This document outlines contract administration provisions related to federal procurement, specifically focusing on the electronic submission of payment requests and other compliance requirements for contractors. Key elements include details on the Wide Area Workflow (WAWF) system, which facilitates electronic payment processing following Defense Federal Acquisition Regulation Supplement (DFARS). Contractors must be registered on SAM.gov and WAWF to utilize this system and adhere to specific submission methods and document types based on contract terms. Additional sections address mandatory clauses governing equitable treatment of small businesses, compliance with labor standards, and representations concerning ethical conduct, whistleblower protections, and cybersecurity measures. The document also provides explicit information on the responsibilities of contractors and the need for transparency regarding foreign and domestic product sourcing as mandated by various federal laws. Overall, this contract framework emphasizes the federal government's commitment to efficient and accountable procurement processes while ensuring compliance with applicable legal and ethical standards across various federal, state, and local contract engagements.
    The Statement of Work (SOW) outlines the requirements for a Blanket Purchase Agreement to provide lodging accommodations for the 482d Fighter Wing at Homestead Air Reserve Base, Florida. The contractor must supply single and double occupancy hotel rooms as requested by government personnel, ensuring compliance with specified standards. Reservations must be made through the Automated Lodging Reservation System prior to training weekends, with strict military ID requirements for check-in. Lodging facilities should be located within 30 miles of the base, with designated parking and safety features. The contractor is responsible for maintaining high-quality living conditions, providing daily cleaning and sanitation, and ensuring adequate furnishings and amenities in each room. Additionally, the contractor must offer 24/7 check-in services and clear communication of costs not covered by the agreement. A stipulated payment process using the Government Purchase Card is mandated, with conditions for tax exemption as a federal entity. Inspections by various authorities are allowed, and both parties have the right to terminate the agreement if necessary. This document establishes essential parameters for the provision of lodging services, aiming to ensure comfort and safety for military personnel during their training activities.
    Similar Opportunities
    COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO
    Buyer not available
    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.
    Hotel Lodging BPA
    Buyer not available
    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.
    Commercial Lodging BPA - Peterson SFB
    Buyer not available
    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.
    195 Wing Commercial Lodging
    Buyer not available
    The Department of Defense, specifically the California Air National Guard's 195th Wing, is seeking qualified vendors to establish multiple pre-priced Blanket Purchase Agreements (BPAs) for commercial lodging services. The objective is to provide lodging accommodations for authorized personnel during In-Active-Duty Training (IDT) status, including Regularly Scheduled Drills (RSD) and Rescheduled Drills (RD), with specific requirements for single or double occupancy non-smoking rooms. This procurement is crucial for ensuring that personnel have reliable lodging during training periods, and vendors can propose facilities across multiple locations, with quotes effective for one year and subject to annual review. Interested parties should submit their quotes via the PIEE solicitation module by December 10, 2025, and direct any questions to Carmen Ridener at carmen.ridener@us.af.mil or by phone at 530-790-8944.
    NVANG UTA LODGING JANUARY 2025 - DECEMBER 2026
    Buyer not available
    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 requirement includes single and double occupancy lodging within a three-mile radius of the 152d Airlift Wing located at 1776 National Guard Way, Reno, NV, with all facilities subject to public health and security inspections. This procurement is crucial for supporting training activities and ensuring that personnel have access to suitable accommodations during their duty status. Interested vendors must submit their quotes via email to the designated contacts by December 17, 2025, at 10:00 AM PDT, with the contract expected to be awarded based on best value criteria, including pricing and technical capability.
    Atlanta Hotels Holiday Block Leave FY26
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Benning, is seeking proposals for hotel accommodations to support the 194th Armored Brigade's Holiday Block Leave Mission in Atlanta, Georgia. The requirement includes securing 44 double rooms with bathrooms and showers for two specific periods: December 18-20, 2025, and January 3-5, 2026, within the Atlanta airport Gateway Center campus, which must provide 24-hour shuttle service to the airport. This procurement is crucial for ensuring safe travel for Trainee Soldiers during the holiday season, and the contract will be awarded based on the lowest, fair, and reasonable price. Interested vendors must submit their quotes by December 5, 2025, and must be registered in SAM.gov under NAICS code 721110; for further inquiries, contact Christopher Kimble at christopher.l.kimble.civ@army.mil or Stacia M. Rivers at stacia.m.rivers.civ@army.mil.
    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.
    665th SMC Lodging
    Buyer not available
    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.
    Justification for Other than Full and Open Competition_Homestead BOS
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Base Operations Support Services at Homestead Air Reserve Base in Florida. This opportunity is categorized under the justification for other than full and open competition, indicating a specialized need for logistics support management services. These services are crucial for maintaining operational readiness and efficiency at the base, ensuring that all logistical aspects are effectively managed. Interested parties can reach out to Mr. Craig Keelen at craig.keelen@us.af.mil or by phone at 478-327-0815, or contact Ashley Johns at ashley.johns.3@us.af.mil or 786-415-7471 for further details regarding this procurement.
    Short term lodging JBLM WA
    Buyer not available
    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.