Lodging for Regularly Scheduled Drills-March 5-25-P.R. Air National Guard
ID: W50S9325QA004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7PA USPFO ACTIVITY PRANG 156CAROLINA, PR, 00979-1514, 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 Puerto Rico Air National Guard's 156th Wing, is seeking lodging services for Regularly Scheduled Drills (RSD) from March 5 to 25, 2025, in the San Juan-Isla Verde area. The procurement is set aside for small businesses under NAICS Code 721110, requiring accommodations that include 25 double rooms and 24 single rooms, with adherence to Department of Defense travel rates and quality standards. This contract is crucial for ensuring the operational readiness of military personnel during training events, emphasizing compliance with health protocols and quality assurance measures. Proposals are due by February 24, 2025, and interested vendors should contact Angel F. Solis at angel.solis.2@us.af.mil or 787-253-5238 for further details.

    Point(s) of Contact
    Angel F. Solis/Contract Specialist
    (787) 253-5238
    angel.solis.2@us.af.mil
    Files
    Title
    Posted
    The Performance Work Statement (PWS) for the 156th Force Support Squadron of the Puerto Rico Air National Guard outlines the requirements for a Lodging Services Program event scheduled for March 2025. The contractor is responsible for providing accommodations, including 25 double rooms and 24 single rooms over a four-day period, with additional room needs for make-up drills. Quality control and assurance measures are mandated, ensuring compliance with performance standards. The contractor must have a well-defined Quality Control Plan, and the government's evaluation of performance will be based on a comprehensive Quality Assurance Surveillance Plan. Key specifics include room availability, cleanliness, and parking provisions, all adhering to Department of Defense (DoD) travel rates. Adjustments for reservations must accommodate changes within 24 hours of the event. COVID-19 protocols are to be strictly followed, including sanitization and health safety measures. The document emphasizes a no-tolerance policy against trafficking in persons and establishes identification protocols for contractor employees. Overall, the PWS establishes clear guidelines and expectations for the provisioning of lodging services essential for military training, reflecting the government's commitment to operational readiness while ensuring safety and compliance with regulations.
    The Quality Assurance Surveillance Plan (QASP) for the Puerto Rico Air National Guard's Lodging Contract outlines the systematic methods for monitoring the contractor's performance to ensure compliance with agreed standards and quality levels. It emphasizes a performance management approach that focuses on the outcomes rather than the processes, allowing flexibility for the contractor to innovate while meeting specified objectives. The QASP details the roles of the contracting officer and technical representative, required performance standards, monitoring methodologies, and documentation practices for quality assurance. Key methodologies include random inspections and customer feedback, with specific Acceptable Quality Levels (AQLs) set for crucial tasks, like room availability and cleanliness. The document establishes a feedback loop to evaluate contractor performance through monitoring forms and written assessments. Overall, the QASP serves as a comprehensive framework to ensure that the services rendered meet contractual expectations while fostering effective communication between the contractor and the government.
    The Puerto Rico Air National Guard's 156th Wing has released a solicitation (RFQ W50S9325QA004) for lodging services during Regularly Scheduled Drills (RSD) from March 5 to 25, 2025, in the San Juan-Isla Verde area. This solicitation is set aside for small businesses under NAICS Code 721110, with a size standard of $40 million. The contract is for a firm-fixed price and will be awarded based on the lowest-priced quote meeting all technical requirements. Proposals must detail room rates and comply with the Department of Defense travel rates. Lodging facilities should be within 25 road miles of the Muñiz ANGB and meet specified room configurations. The selection will consider both price and technical acceptability, with room quality required to be at least midscale. Quotes are due no later than February 24, 2025, and must include various business identification numbers and compliance registrations. Failure to meet these requirements or submit complete pricing will render offers unresponsive. The document outlines clear evaluation criteria and necessary vendor qualifications to ensure compliance and eligibility for award consideration.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    6BDE Island Venture
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide non-personal services for the JROTC JCLC Island Venture event scheduled from June 8 to June 13, 2025, in San Sebastian, Puerto Rico. The contractor will be responsible for delivering comprehensive services including meals, lodging, transportation, equipment, and recreational activities for 110 cadets and 30 cadre members, with a focus on enhancing cadet citizenship and leadership skills in a military environment. This procurement is crucial for supporting the educational and training objectives of the JCLC program, ensuring a safe and structured environment for participants. Interested contractors can reach out to Bryce L. Medley at bryce.l.medley.civ@army.mil or call 502-624-3713 for further information.
    935th AT Lodging
    Buyer not available
    The Department of Defense, specifically the Georgia Army National Guard (GAANG), is seeking proposals for lodging services to support its aviation maintenance training scheduled from March 1-14, 2024, at the Aviation Classification & Repair Activity Depot (AVCRAD) in Springfield, Missouri. The contractor must provide accommodations within 10 miles of the facility, including three single-occupancy and fifteen double-occupancy rooms, totaling 432 room nights, along with daily breakfast and parking at no charge. This procurement is crucial for ensuring that the training logistics meet military standards, emphasizing the importance of quality lodging services for military personnel. Interested vendors must submit their proposals by 7:00 AM on February 24, 2025, and can contact Ladell Holmes at ladell.d.holmes2.civ@army.mil or Gregory Hoffman at gregory.d.hoffman2.civ@army.mil for further information.
    Single Airman Retreat
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Single Airman Retreat scheduled from March 6-8, 2025, at a resort-style venue near Beale Air Force Base. The selected contractor will be responsible for providing AAA-rated lodging, meals, meeting space, and various amenities for approximately 32 attendees, with a focus on enhancing the spiritual resilience of personnel through approved Strong Bonds training. This procurement emphasizes the importance of supporting the well-being of military personnel and requires compliance with specific logistical and operational standards. Interested small businesses must submit their quotes by 12:00 noon PST on February 21, 2025, and can contact SSgt Korey Sarantopoulos at korey.sarantopoulos.1@us.af.mil or David Wadkins at david.wadkins@us.af.mil for further information.
    Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL
    Buyer not available
    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.
    W51DQV- Contracting Opportunities
    Buyer not available
    The Department of Defense, through the Department of the Army's Caribbean District, is announcing projected contracting opportunities for fiscal year 2025, with a focus on civil works and military construction projects in San Juan, Puerto Rico. The opportunities include a range of contracts, such as the Rio Puerto Nuevo series, with estimated values from $1 million to $500 million, and military construction projects like the Ft. Allen Readiness Center, valued between $25 million and $100 million. These projects are crucial for enhancing infrastructure and military readiness in the region, with specific tasks including geotechnical surveys and professional services staff augmentation initiatives. Interested parties can contact Kenneth Funchess at kenneth.funchess@usace.army.mil or Nicole Fauntleroy at nicole.c.fauntleroy@usace.army.mil for further details, as the information is subject to change and will be updated routinely throughout the year.
    15 Hotel Rooms for Six Nights in Port Canaveral, Florida
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for hotel accommodations during a port visit to Port Canaveral, Florida. The procurement requires up to 15 double-occupancy hotel rooms for a six-night stay, equipped with standard amenities and located within a 20-mile radius of the port, adhering to the March 2025 GSA per diem rates. This opportunity is crucial for supporting personnel logistics during military operations, ensuring comfortable and compliant lodging arrangements. Interested vendors must comply with federal contracting regulations, including registration in the System for Award Management (SAM), and can contact Kyle Berg at kyle.r.berg3.civ@us.navy.mil or Stephanie Neale at stephanie.l.neale.civ@us.navy.mil for further details.
    Tradewinds 25 - Lodging and Catered Meals, Trinidad and Tobago
    Buyer not available
    The Department of Defense, specifically the 410th Contracting Support Brigade, is seeking qualified contractors to provide lodging and catered meals for the Tradewinds 25 exercise in Port of Spain, Trinidad and Tobago. The procurement involves delivering non-personal services, including 90 hotel nights and catered dinners during two key planning conferences scheduled from January 5 to February 15, 2025. This opportunity is crucial for supporting U.S. Army South's operational needs during the exercise, ensuring that participants have appropriate accommodations and meal provisions. Interested contractors must submit their quotations in compliance with Federal Acquisition Regulations (FAR) and demonstrate their qualifications, with key contacts being SSG Anthony Strobel at anthony.d.strobel2.mil@army.mil and Robert Sheridan at robert.l.sheridan10.civ@army.mil. The deadline for submissions and further details can be found in the solicitation document.
    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.