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
  1. 1
    Posted Jun 25, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Jan 7, 2029, 9:00 PM UTC
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
Jan 21, 2025, 9:12 PM UTC
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.
Jan 21, 2025, 9:12 PM UTC
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.
Jan 21, 2025, 9:12 PM UTC
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.
Lifecycle
Title
Type
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.
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 (PSFB) in Colorado. The contractor will be responsible for supplying single and double occupancy hotel or motel rooms as needed, ensuring compliance with specified performance standards, including security, sanitation, and amenities, within a 10-mile radius of the base. This procurement is crucial for accommodating military personnel, particularly Air Reserve Airmen, during their assignments and training periods. Interested vendors must submit proposals by November 25, 2029, and can contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further information.
Lodging Accommodation BPA
Buyer not available
The Department of Defense, through the Regional Contracting Office-Hawaii, is seeking to establish a Master Blanket Purchase Agreement (BPA) for commercial lodging accommodations for Army reserve soldiers during Battle Assembly and Rescheduled Training in Hawaii. The BPA will cover lodging needs across the islands of Oahu, Maui, and Hawaii, with the potential for multiple vendors to fulfill fluctuating requirements over a five-year period, from May 1, 2025, to April 30, 2030. This initiative is crucial for ensuring that soldiers have access to suitable accommodations while on duty, with specific room requirements outlined to maintain comfort and quality. Interested vendors must submit their quotes electronically by April 15, 2025, and can direct inquiries to Michael Ehara at michael.m.ehara.civ@army.mil or Jacob Kamelamela at jacob.c.kamelamela.civ@army.mil, with a total funding ceiling of $1 million per vendor.
842nd Beaumont TX Lodging Services
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command – Rock Island, is seeking quotes for lodging services for the 842nd Battalion in Beaumont, Texas, as part of the Military Surface Deployment and Distribution Command. The procurement is a 100% Small Business Set-Aside (SBSA) and aims to establish a firm fixed-price Blanket Purchase Agreement (BPA) for accommodations, with a focus on competitive pricing and compliance with specified requirements outlined in the Performance Work Statement and Price Matrix. This contract is crucial for providing safe and efficient lodging for military personnel, with a base period from May 16, 2025, to May 15, 2026, and multiple option periods extending through 2030. Interested vendors must submit their quotes by April 15, 2025, and direct any questions to Linda Humphrey at linda.d.humphrey.civ@army.mil by April 7, 2025.
Retreat BPA - Amendment 2
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide lodging and related services for military retreats through a Blanket Purchase Agreement (BPA) at Joint Base Elmendorf-Richardson (JBER) in Alaska. The requirements include accommodations for up to 40 couples or 30 singles, along with conference space, food service, and recreational activities, all within a relaxed environment located at least 40 miles from JBER and operational year-round. This BPA is crucial for supporting the personal and relational development of military personnel, with a maximum value of $600,000 over a five-year period. Interested vendors must submit their proposals by April 11, 2025, and direct any inquiries to Beau Burton or Cyrena Chairvolotti before March 28, 2025.
Lodging Laundry BPA
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide lodging laundry services through a Blanket Purchase Agreement (BPA) at Ellsworth Air Force Base, South Dakota. The contractor will be responsible for all personnel, equipment, transportation, and supplies necessary for laundry and dry-cleaning services, including pick-up and delivery, with a focus on maintaining hygiene and service standards for military personnel. This procurement is funded through non-appropriated funds, ensuring that no federal tax dollars are utilized, and the contract is set to cover the period from April 30, 2025, to April 29, 2030. Interested vendors must submit their quotes by April 25, 2025, and can direct inquiries to Matthew Moye at matthew.moye.4@us.af.mil or Ross Duval at ross.duval@us.af.mil.
Visiting Aircrew Facility Support Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the Visiting Aircrew Facility Support Services at Holloman Air Force Base in New Mexico. This Sources Sought Notice aims to identify contractors capable of providing non-personnel services, including facility management, housekeeping, and vehicle management for visiting aircrew, ensuring that accommodations are maintained in a high state of readiness for up to 50 crewmembers. The anticipated contract, expected to be a firm-fixed price agreement under NAICS code 561210, is crucial for supporting national security missions and maintaining operational efficiency. Interested businesses must submit their capabilities statements by April 17, 2025, to the primary contact, Andrew Pascoe, at andrew.pascoe@us.af.mil, or the secondary contact, Elizabeth Ongstad, at elizabeth.ongstad@us.af.mil.
Short Term Lodging Colorado Springs, Colorado
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide short-term lodging services in Colorado Springs, Colorado. This procurement is set aside for small businesses and aims to fulfill the lodging needs for personnel, emphasizing the importance of comfortable and accessible accommodations for military operations. Interested vendors can find more details and submit inquiries through the primary contact, Marketplace Support, at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com. The solicitation is available for review at the provided link, and interested parties should ensure they meet the requirements outlined in the Combined Synopsis/Solicitation notice.
Lodging Services: The Government requires lodging services for USFK personnel on TDY to various locations within South Korea
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified providers to offer lodging services for U.S. Forces Korea (USFK) personnel on Temporary Duty (TDY) in South Korea. The procurement aims to identify sources capable of delivering comprehensive lodging that accommodates single personnel, ensuring essential furnishings and supplies such as smart TVs and telephones, while adhering to safety and fire regulations. This initiative is crucial for supporting USFK personnel during their assignments, with facilities required to be located near USFK installations, maintain daily cleaning, and potentially provide meal services. Interested companies must submit their capabilities, pricing, and compliance information by April 18, 2025, to SFC Daniel Nyam at daniel.nyam.mil@army.mil or by phone at 315-755-0659. This Sources Sought Notice is part of market research and does not constitute a solicitation for a contract, which may last one base year with four options.
1084 TC Pre-Deployment Yellow Ribbon BR
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the provision of lodging services under the solicitation titled "1084 TC Pre-Deployment Yellow Ribbon BR." The objective of this procurement is to secure hotel accommodations for military personnel and their families participating in the Yellow Ribbon Reintegration Program, which is crucial for supporting service members transitioning back to civilian life. The services will be performed in Baton Rouge, Louisiana, and are categorized under the NAICS code 721110, which pertains to hotels and motels. Interested vendors should reach out to Jake Howard at jake.b.howard.mil@army.mil or 318-290-5984, or Crystal Lynn Stiles at crystal.l.stiles2.civ@army.mil or 318-290-5933 for further information. This opportunity is set aside for small businesses, and the contract details, including funding amounts and deadlines, will be provided in the solicitation documents.