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
    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.
    183 WG Regularly Scheduled Drill (RSD) Lodging FY26 BPA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide lodging services for members of the 183d Wing during Regularly Scheduled Drills (RSDs) in Springfield, Illinois. The procurement involves establishing multiple Blanket Purchase Agreements (BPAs) for non-personal commercial lodging within a 13-mile radius of the 183d Wing, with a focus on ensuring clean, comfortable accommodations that adhere to government per diem rates and specific operational requirements, including 24/7 reservation acceptance and secure parking. Interested contractors must submit their capability statements and pricing information by January 22, 2026, with a minimum order value of $1.00 and a ceiling of $350,000. For further inquiries, potential bidders can contact Alicia C. Braun at Alicia.Braun@us.af.mil or Amanda Brenizer at Amanda.Brenizer@us.af.mil.
    Hurlburt Field Linen Cleaning BPA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish Blanket Purchase Agreements (BPAs) for linen cleaning services at Hurlburt Field, Florida. The contractor will be responsible for providing all necessary management, tools, equipment, labor, and transportation to perform laundry and dry-cleaning services for the Commando Inn, with a service period from approximately January 30, 2026, to February 1, 2031. This procurement is crucial for maintaining operational readiness and hygiene standards at the facility, with a maximum BPA value of $320,000 and individual order limits of $25,000. Interested small businesses must submit their quotes by January 23, 2026, and direct any questions to Douglas McGee at douglas.mcgee.1@us.af.mil.
    Vermont Air National Guard RSD Lodging
    Dept Of Defense
    The Department of Defense, specifically the Vermont Air National Guard, is seeking qualified small businesses to provide lodging services for Regularly Scheduled Drill (RSD) events in South Burlington, Vermont. The procurement includes a Firm Fixed Price requirement for fully furnished lodging units for three separate periods in January, February, and March 2026, with specific quantities and types of rooms outlined in the solicitation. These services are critical for accommodating personnel during training exercises, ensuring compliance with health and safety regulations, and maintaining operational readiness. Interested vendors must submit their quotes electronically by January 13, 2026, at 3:00 PM EDT, and can direct inquiries to MSgt Kristen Lucey or MSgt James Yoshikawa at the provided contact information.
    356 ETSG Tinian Hotel Services
    Dept Of Defense
    The Department of Defense, through the 356 Expeditionary Theater Support Group (ETSG), is seeking qualified small businesses to provide hotel lodging services on Tinian Island, Northern Mariana Islands. The procurement aims to establish one or more Blanket Purchase Agreements (BPAs) with a total master dollar limit of $5 million, covering a three-year ordering period from February 1, 2026, to January 31, 2029, to support military and government personnel. The selected contractors will be responsible for delivering safe and functional lodging, including a minimum of 120 beds, with specific requirements for facilities and services outlined in the Performance Work Statement. Interested parties must submit their quotes by January 31, 2026, at 11:00 AM ChST, and all inquiries should be directed to the primary contact at 356ECEG.CONS.Team@us.af.mil or the secondary contact, Rachel Kinsella, at rachel.kinsella@us.af.mil.
    665th SMC Lodging
    Dept Of Defense
    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
    Dept Of Defense
    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
    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.
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking qualified small businesses to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of maintenance and repair services, including immediate repairs, annual inspections, and additional maintenance as needed, all governed by a Performance Work Statement dated December 17, 2025. This contract, which is a total small business set-aside, is crucial for ensuring the operational integrity of the facilities and will be awarded based on the best value to the government, considering technical capabilities, past performance, and pricing. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil.
    NESA Executive Forum Lodging Support
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking proposals for lodging support services for the Near East South Asia Center for Security Studies (NESA) Executive Forum 02-26, scheduled from January 23 to January 31, 2026. The contractor will be responsible for providing accommodations for approximately 32 individuals, including 22 U.S. Government-funded and 10 self-pay hotel rooms in the Washington, D.C. Metropolitan area, with specific requirements for room amenities and hotel facilities. This Firm-Fixed Price contract emphasizes the importance of suitable lodging for government personnel during the forum, ensuring compliance with various operational standards, including ADA accessibility and dietary considerations. Proposals must be submitted electronically by January 12, 2026, at 3:00 PM EDT, and interested parties can contact Courtney Taitt at courtney.s.taitt.civ@mail.mil or Monica Degroot at MONICA.A.DEGROOT.CIV@MAIL.MIL for further information.