Fort Sill BPA Resiliency Hotel Events
ID: W9124L24Q0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT SILLFORT SILL, OK, 73503-0501, USA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL (V231)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The Cadre Resiliency Overnight Events Performance Work Statement (PWS) outlines the requirements for a Blanket Purchase Agreement (BPA) to provide hotel accommodations and facilities for Brigade Drill Sergeants and their families participating in resiliency training workshops in Bricktown, Oklahoma City. The contractor is responsible for securing up to 35 rooms, including amenities such as dining options, childcare facilities, and conference space equipped with audio/visual equipment. The BPA covers a five-year term, from August 2024 to July 2029, with events scheduled quarterly. Key requirements include ensuring safety and cleanliness, providing standard hotel amenities, and accommodating dietary needs for approximately 105-110 participants. The document details performance criteria, invoicing procedures, and quality assurance measures, mandating compliance with Government standards. The contractor's ability to provide these services without increasing costs to the Government is emphasized, and both parties are required to cooperate in monitoring contractor performance and compliance throughout the event duration. Overall, the PWS emphasizes efficiency and effectiveness in providing necessary support for military family resiliency training activities.
    The memorandum from MICC Fort Sill addresses questions regarding the solicitation W9124L24Q0004 for BPA Resiliency Hotel Events in Fort Sill, OK. The document outlines key requirements for contractors interested in submitting bids for lodging for military-related events. Notably, third-party vendors are allowed to bid, provided they meet all specified criteria. While an on-site childcare provider is not required, adequate space for children must be allocated. The preferred hotel location is close to Chickasaw Bricktown Ballpark, and specific audiovisual equipment needs, seating arrangements for conferences, and dietary restrictions are outlined. Additionally, military chaplains will provide resilience training, and there are no specific COVID-19 protocols in place. Other details include guidelines on per diem rates and cancellation policies. This memorandum serves to clarify expectations and requirements for prospective contractors in relation to the set solicitation for an upcoming government event, emphasizing compliance and proper bidding practices.
    The memorandum from MICC Fort Sill addresses inquiries regarding solicitation W9124L24Q0004 for the BPA Resiliency Hotel Events in Fort Sill, OK. The key focus is the total financial cap under the contract, which is set at $250,000 for all events combined rather than being allocated per event or quarterly. The document clarifies that while the plan includes approximately 25 events, actual counts may vary, and deliveries will be billed when occupancy nears $25,000. The contracting officer, Jesslyan Ortiz-Albino, emphasizes adherence to these financial limits throughout the contract duration. This document serves to provide clarity and reassurance regarding contract management and financial oversight in relation to federal procurements, specifically catering to logistical planning for government events.
    The Department of the Army's Mission and Installation Contracting Command has issued Request for Quote (RFQ) W9124L24Q0004 for Blanket Purchase Agreement (BPA) regarding Resiliency Hotel Events at Fort Sill, Oklahoma. Interested vendors are required to submit their quotes by 12 September 2024; inquiries must be sent by 04 September 2024. The RFQ is classified under NAICS code 721110, and vendors must be SAM registered. Evaluation criteria emphasize pricing, room availability, and amenities, with awards going to the top three offers based on best value. Payment will be processed via Government Purchase Card. Contractors must comply with all relevant permits and regulations. Key personnel contacts include Contracting Officer Jesslyan Ortiz Albino and Contract Specialist Indigo Delacruz. The RFQ underscores the importance of clear communication, as only responses directed to the designated email addresses will be considered valid. This solicitation is part of the government's simplified acquisition procedure for commercial items and aims to meet lodging needs efficiently while complying with federal guidelines.
    The document outlines projected dates for Cadre Resiliency Overnight Events scheduled quarterly through December 2030. Events are tentatively set for the first week of December, March, June, and August each year, with specific dates provided for each quarter. Notably, these dates may be subject to changes according to the Brigade’s mission requirements, with confirmations provided at least 30 days prior to each event. Additionally, the government retains the right to schedule supplementary events on short notice. The schedule spans a significant timeframe, aiming to maintain a consistent framework for planning and participation in these resilience-focused gatherings. This document is pertinent within the context of government RFPs as it provides a structured outline for future events, essential for potential contractors and partners to align their services effectively with the government's outreach and resiliency objectives.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    YELLOW RIBBON REINTEGRATION PROGRAM EVENT - NOV 2024 - BALTIMORE, MD
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – New Jersey, is seeking vendors to organize the Yellow Ribbon Reintegration Program event scheduled for November 13-18, 2024, in Baltimore, MD. The procurement involves providing essential services such as lodging, meals, transportation, and conference facilities for approximately 400 attendees and support staff, with specific requirements including a three-star rated venue that complies with ADA standards. This event is crucial for supporting service members and their families during the deployment cycle, emphasizing their welfare and reintegration needs. Interested parties should submit their capability statements and related information to Contract Specialist Ronald M. Stinson via email by the specified deadlines, as this Request for Information (RFI) is part of the pre-proposal planning stage and does not indicate a formal solicitation process.
    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.
    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.
    RFI # 1 Commercial On-Base Lodging (COBL)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information regarding the privatization of transient lodging at its installations across the United States, its territories, and possessions. The initiative aims to enhance lodging operations to support the mission and improve the experience for Airmen, Guardians, and their families by potentially privatizing approximately 17,000 rooms across 60 installations, modeled after the successful Privatized Army Lodging program. Interested parties are encouraged to provide feedback on strategies for structuring the transaction and ensuring compliance with industry standards for lodging, with responses due approximately 21 days after posting. For further inquiries, interested vendors can contact the COBL Workflow at afcec.cil.workflow@us.af.mil or Benjamin T. Kindt at benjamin.kindt.1@us.af.mil.
    Lodging Rooms
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for lodging accommodations, specifically 425 nights of furnished hotel or motel rooms annually, for staff participating in New Employee Orientation (NEO) at the James H. Quillen VA Medical Center in Mountain Home, Tennessee. The procurement requires a single hotel location within a 5-mile radius of the medical center, ensuring compliance with federal standards, including accessibility and safety regulations, while maintaining smoke-free accommodations and necessary amenities. This opportunity is set aside for small businesses and consists of five one-year ordering periods from September 2024 to September 2029, with room rates required to be at or below government per diem rates. Interested parties must submit their quotations electronically by September 20, 2024, and can contact Preston Gerretse at preston.gerretse@va.gov 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.
    MEX-VENUE IN MEXICO CITY (S)
    Active
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Mexico City, is seeking qualified vendors to provide lodging and conference room services for a four-day event scheduled from November 5 to November 9, 2024, accommodating approximately 45 attendees. The selected contractor will be responsible for a comprehensive range of services, including hotel accommodations, conference room rentals, audio-visual equipment, catering, and parking, all to be delivered in compliance with U.S. government standards. This procurement is crucial for ensuring a successful and well-organized event, reflecting the U.S. government's commitment to quality and accountability in its operations. Interested vendors must submit their proposals via email by September 17, 2024, and direct any questions to the designated contacts by September 9, 2024; further details can be obtained from John P. Harris or Pamela A. Amador at the provided email addresses.
    Modular/Mobile Trailer Leasing and Support Services BPA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Modular/Mobile Trailer Leasing and Support Services through a Blanket Purchase Agreement (BPA) at MacDill Air Force Base in Florida. The procurement aims to deliver turnkey modular facility solutions, including site preparation, design, installation, maintenance, and removal of temporary facilities to support command and control activities during building changes. This initiative is crucial for ensuring operational continuity and accommodating personnel needs effectively. Interested small businesses must submit their quotations by September 12, 2024, with a total funding ceiling of $9,999,999.99 for the performance period from October 1, 2024, to September 30, 2029. For further inquiries, contact Jason Wilkin at Jason.Wilkin.2@us.af.mil or call 813-828-1674.
    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.