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.
    Commercial Lodging BPA - Peterson SFB
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide commercial lodging services under a Blanket Purchase Agreement (BPA) for personnel stationed at Peterson Space Force Base (PSFB) in Colorado. The procurement aims to secure hotel and motel accommodations for Air Reserve Airmen, with specific requirements for room types, amenities, and operational standards, including a 24-hour check-in service and compliance with security and sanitation protocols. This initiative is crucial for ensuring comfortable and accessible lodging for military personnel during their assignments, with the BPA open for responses until November 26, 2029. Interested contractors should contact Ralph E. Mayer at ralph.mayer@spaceforce.mil or Tiffany Harley at tiffany.harley.2@spaceforce.mil for further details and to ensure compliance with the outlined terms and conditions.
    489th Hotel BPA Dyess AFB, TX
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) to provide lodging services at Dyess Air Force Base (AFB) in Texas. The BPA, numbered FA466125Q0005, is intended to furnish quality lodging accommodations for personnel from April 9, 2025, to April 8, 2030, with a total maximum value of $300,000, where individual orders cannot exceed $25,000. This procurement is crucial for ensuring that military personnel have access to safe and compliant lodging facilities, adhering to health and safety regulations while maintaining high standards of service. Interested contractors must be registered as small businesses in the System for Award Management (SAM.gov) and can direct inquiries to Kasey Hutton at kasey.hutton.1@us.af.mil or Germain Duarte at germain.duarte.1@us.af.mil, with the award decision expected on or before April 8, 2025.
    129 RQW - CY25 Drill Lodging
    Buyer not available
    The Department of Defense, specifically the California Air National Guard's 129th Rescue Wing, is seeking proposals for lodging services to accommodate personnel during drill periods in Santa Clara, California. The contract requires the provision of single and double-occupancy rooms for a one-year term, with the contractor responsible for managing lodging operations independently while adhering to established quality standards and security protocols. This procurement is vital for ensuring that military personnel have reliable accommodations during their training and operational activities. Interested small businesses, particularly those eligible for the Total Small Business Set-Aside, should contact CMSgt Dana Johnson at dana.johnson.16@us.af.mil or TSgt Austin Breault at austin.breault.1@us.af.mil for further details, with proposals due by the specified deadline.
    Welcome Center Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Welcome Center Support Services at Hurlburt Field, Florida, under a total small business set-aside. The contract aims to provide non-personal administrative support for human resources programs, assisting inbound military personnel with various tasks such as scheduling appointments and managing travel vouchers. This procurement is crucial for ensuring efficient integration and support for newly arrived military staff, reflecting the government's commitment to enhancing operational effectiveness while promoting small business participation. Interested parties must submit their offers electronically by February 24, 2025, and can direct inquiries to Rowan Thom at rowan.thom.1@us.af.mil or Dani English at dani.english@us.af.mil.
    Sources Sought - Bungalow
    Buyer not available
    The Department of the Air Force is conducting a Sources Sought Notice to identify suppliers capable of providing tiny homes or bungalows for Tyndall Air Force Base in Florida. The desired units will be approximately 750 square feet, featuring 1 or 2 bedrooms, a full bathroom, a living area, and an optional covered porch, with one side primarily composed of glass to offer coastal views. This procurement is part of a market research effort and does not constitute a solicitation; therefore, interested suppliers are encouraged to submit their contact information, brochures, and estimated production timelines by February 7, 2025, to Bernard Husted at bernard.husted.2@us.af.mil and Robert Maher at robert.maher.5@us.af.mil.
    FY25 UILS Lodging
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for lodging services under the FY25 UILS Lodging opportunity. This procurement aims to provide hotel and motel accommodations, as indicated by the NAICS code 721110, for personnel in Homer Glen, Illinois. The services are crucial for supporting travel and relocation needs, ensuring that military personnel have access to suitable lodging during their assignments. Interested vendors can reach out to Armando Mercado at armando.mercado.1@us.af.mil or 618-256-9262, or LaMarr Watson at lamarr.watson.2@us.af.mil or 618-256-4159 for further details regarding this sources sought notice.
    3RD QTR LODGING
    Buyer not available
    The Department of Defense, specifically the Kentucky Air National Guard (KYANG), is seeking lodging services for its personnel in Louisville, Kentucky, for the Regularly Scheduled Drill (RSD) from April to June 2025. 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 KYANG personnel have access to quality accommodations that meet federal regulations and security policies during their drills. 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.
    Intern Summer Housing_77658_75892
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide housing services for ten engineering interns participating in the 2025 Summer Internship Program at Robins Air Force Base in Georgia. The selected contractor will be responsible for offering 56 days of housing from June 1 to July 27, 2025, and must comply with various federal regulations, including Operations Security (OPSEC) protocols and the Agency Affirmative Procurement Program. This opportunity is significant as it supports the development of future engineering talent while promoting inclusivity through the solicitation of Women-Owned Small Businesses (WOSB) and other small business designations. Interested parties should contact Tarmeka Battle at Tarmeka.Battle@us.af.mil or Lasonia Anderson at lasonia.anderson@us.af.mil for further details regarding the proposal submission process.
    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.