Notice of Intent - Single Source Award to MDM Hotel Group, Limited
ID: FA480125Q0420Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCE

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, has issued a Notice of Intent for a single-source award to MDM Hotel Group, Limited, for lodging services. This procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 721110, which pertains to hotels and motels. The services are crucial for supporting military personnel and operations, particularly in the context of travel and relocation needs. Interested parties can reach out to SrA Dylan Booth at Dylan.booth.1@us.af.mil or call 575-572-0106 for further inquiries, while TSgt Mitchell Dawson is also available at mitchell.dawson@us.af.mil or 575-572-4867.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent - Single Source Award to Mooresville Hotel, INC
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a single-source contract to Mooresville Hotel, INC for lodging services. This procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 721110, which pertains to hotels and motels. The services are crucial for accommodating personnel during travel and relocation, ensuring they have suitable lodging while on duty. Interested parties can reach out to SrA Dylan Booth at Dylan.booth.1@us.af.mil or by phone at 575-572-0106, or TSgt Mitchell Dawson at mitchell.dawson@us.af.mil or 575-572-4867 for further details.
    Notice of Intent - Single Source Award to CONCORD PPF SPG DADELAND OPCO, LLC
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, has issued a Special Notice regarding a single-source award to CONCORD PPF SPG DADELAND OPCO, LLC for lodging services. This procurement is set aside for small businesses under the SBA guidelines and falls under the NAICS code 721110, which pertains to hotels and motels. The services are crucial for providing travel and lodging accommodations, particularly in support of military personnel, and will be performed in Homestead, Florida. Interested parties can reach out to SrA Dylan Booth at Dylan.booth.1@us.af.mil or TSgt Mitchell Dawson at mitchell.dawson@us.af.mil for further inquiries.
    Notice of Intent - Single Source Award to ITS Homestead LP
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, has issued a Special Notice regarding a single-source award to ITS Homestead LP for lodging services. This procurement aims to secure hotel accommodations, which are essential for the transportation and relocation needs of military personnel. The services will be performed in Black Hat, New Mexico, highlighting the importance of reliable lodging options for operational readiness. Interested parties can reach out to SrA Dylan Booth at Dylan.booth.1@us.af.mil or call 575-572-0106 for further details regarding this opportunity.
    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.
    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.
    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.
    Lodging for Regularly Scheduled Drills-March 5-25-P.R. Air National Guard
    Buyer not available
    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.
    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.
    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.
    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.