841st Charleston SC Lodging Services
ID: PANROC-24-P-0000_007671Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, 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, through the U.S. Army Contracting Command – Rock Island, is seeking qualified small businesses to provide lodging services for the 841st Battalion in Charleston, South Carolina, in support of the Military Surface Deployment and Distribution Command. The procurement aims to establish a firm fixed price Blanket Purchase Agreement (BPA) for lodging accommodations, which must comply with the Performance Work Statement (PWS) and include various room types over a five-year period, with a focus on maintaining high standards for military personnel. Interested vendors must submit their pricing by April 15, 2025, and can direct inquiries to Linda Humphrey at linda.d.humphrey.civ@army.mil, with a deadline for questions set for April 7, 2025. The contract's performance period spans from May 16, 2025, to May 15, 2030, with multiple option periods available.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for lodging services to support the 841st Battalion at the Port of Charleston, South Carolina. The Military Surface Deployment and Distribution Command (MSDDC) seeks contractors to provide accommodations, supervision, and associated services for military personnel. The contractor is responsible for supplying all facilities, equipment, and staff while ensuring compliance with security protocols and operational oversight. Key provisions include the need for contractors to maintain high standards for lodging facilities, with options limited to establishments rated at least three diamonds by AAA. Specific accommodations for military personnel, including separate lodging for genders and amenities typical of regular guests, are mandated. The contractor must also manage logistics for overflow lodging, monitor service quality, and adhere to invoicing protocols. The document emphasizes security requirements for contractor personnel, including thorough background screenings and operational security measures, while highlighting that the government will furnish certain property and documentation necessary for the fulfillment of the contract. This PWS represents a performance-based acquisition approach in accordance with federal regulations, focusing on delivering essential lodging support for military operations effectively and securely.
    The document outlines the addendum to Federal Acquisition Regulation, specifically incorporating various clauses related to contract terms and conditions for commercial items. Key clauses include regulations on gratuities, anti-kickback procedures, contractor employee whistleblower rights, and requirement for a drug-free workplace. It emphasizes the requirement for the availability of funds for contract obligations, stating that no legal liabilities arise until appropriated funds are confirmed. Additionally, it details requirements for electronic submission of payment requests through the Wide Area Workflow (WAWF) system, defining processes for invoicing, the types of documents necessary for submission, and training for contractors using WAWF. The policy also emphasizes the importance of ensuring contracts are compliant with restrictions on foreign purchases and prohibitions related to certain international activities. This document serves to guide contractors in adhering to federal regulatory standards, ensuring efficient contract execution and compliance with legal and financial requirements within government RFPs and grants.
    The document is a Request for Quote (RFQ) for hotel accommodations and lodging services for the 841st Battalion at the Port of Charleston, South Carolina. It outlines a detailed pricing matrix for various lodging options over a five-year period, including a base year and four option years. The accommodations must comply with the Performance Work Statement (PWS) established for the 597th Lodging Services. Each pricing section specifies different types of rooms available, such as single and double occupancy suites with kitchenettes, along with standard rooms. Offerors are required to input their pricing in designated blue cells while adhering to the specified timeframes: from April 2025 through April 2030. This RFQ serves to solicit competitive pricing for required lodging services, reflecting the government's procurement process for essential services and ensuring compliance with established standards in military accommodations. The primary aim is to secure reliable and cost-effective lodging solutions that meet operational needs.
    The U.S. Army Contracting Command – Rock Island has issued a Request for Quote (RFQ) for lodging services required by the 841st Battalion in Charleston, South Carolina, to support the Military Surface Deployment and Distribution Command. This RFQ is exclusively available for small business participation and intends to establish a firm fixed price Blanket Purchase Agreement (BPA). Vendors must submit their pricing by 15 April 2025, adhering to guidelines outlined in the included attachments, including a Performance Work Statement (PWS) and a Price Matrix. The agreement will be evaluated based solely on pricing, ensuring that all submitted quotes meet minimum requirements outlined in the RFQ. Additionally, information marked as proprietary will be protected, and the government retains the right to seek minor clarifications without engaging in comprehensive exchanges. The contract's performance period spans from 16 May 2025 to 15 May 2030, with multiple option periods available. A strict deadline for questions is set for 07 April 2025, aimed at clarifying the RFQ’s requirements before quotes are submitted.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    665th SMC Lodging
    Dept Of Defense
    The Department of Defense, specifically the South Dakota Army National Guard, is seeking commercial lodging services for an upcoming event in Mitchell, SD, scheduled from November 13 to November 15, 2025. The requirement includes providing a total of 153 rooms, with an estimated 51 rooms needed per night for the duration of the stay. This procurement is categorized as a total small business set-aside under FAR Part 19.5, and the contract will be awarded as a Firm Fixed Price, contingent upon the availability of fiscal year 2026 funds. Interested vendors can reach out to Andrew Kennedy at andrew.j.kennedy16.civ@army.mil or by phone at 605-737-6731 for further details, with the solicitation expected to be posted within a week of this presolicitation notice.
    Hotel Lodging BPA
    Dept Of Defense
    The Department of Defense, specifically the Oklahoma Air National Guard, is seeking proposals for a Blanket Purchase Agreement (BPA) for hotel lodging services from January 1, 2026, to December 31, 2030. The procurement aims to establish firm-fixed price agreements with lodging vendors to provide billeting services for its members, ensuring compliance with specific requirements such as competitive pricing, private baths, air conditioning, and daily housekeeping. This initiative is crucial for accommodating personnel during training and operational activities, with a maximum call limit of $350,000 per vendor. Proposals are due by December 16, 2025, at 10:00 AM CST, and interested parties must be registered in SAM and submit completed certifications. For further inquiries, contact Kurt A Ennis at kurt.ennis.4@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.mil.
    Short term lodging JBLM WA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking short-term lodging services at Joint Base Lewis-McChord (JBLM) in Washington. The procurement aims to provide accommodations for personnel, highlighting the importance of reliable lodging options for military operations and personnel support. Interested vendors can find more details and contact the primary support team at Marketplace Support via email at MarketplaceSupport@unisonglobal.com or by phone at 1.877.933.3243. There are no set-asides for this opportunity, and the NAICS code for this procurement is 721110, which pertains to hotels and motels.
    Commercial Lodging BPA - Peterson SFB
    Dept Of Defense
    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 in Colorado. The contractor will be responsible for supplying single and double occupancy hotel or motel rooms within ten miles of the base, ensuring compliance with specified performance standards, including security, cleanliness, and accessibility. This procurement is vital for accommodating military personnel, particularly Air Reserve Airmen, during their assignments, with the BPA set to remain open for responses until November 25, 2029. Interested vendors should contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details.
    Kittery/Portsmouth Lodging
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting bids for lodging services in Kittery, Maine, specifically to secure 50 double-occupancy rooms nightly for 135 nights from February 1 to June 15, 2026. The contract, which is set aside for small businesses, requires accommodations that meet specific safety and service standards, including room specifications, weekly maid service, and compliance with fire safety regulations. This procurement is essential for providing safe and comfortable lodging for sailors stationed at the shipyard. Quotes are due by December 20, 2025, at 5:00 PM EST, and interested vendors must be registered in SAM and submit their proposals via email. For further inquiries, contact Alyssa Cress at alyssa.a.cress.civ@us.navy.mil or call 207-994-0740.
    COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO
    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.
    Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL
    Dept Of Defense
    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.
    151 ESB Catered Meals 5JAN-10APR 2026
    Dept Of Defense
    The Department of Defense, through the South Carolina Army National Guard, is soliciting proposals for the provision of catered meals for the 151st Enhanced Separate Brigade from January 5, 2026, to April 10, 2026. The contract requires the delivery of 2,269 hot catered lunches, adhering to specific food safety regulations and utilizing the SCARNG FY25 14 Day Menu, with all meals to be served buffet-style or in appropriate containers. This procurement is critical for supporting the brigade's annual training event, ensuring that service members receive nutritious meals during their training period. Interested small business contractors must submit their quotes by December 18, 2025, and can direct inquiries to Kevin Esber at kevin.j.esber.mil@army.mil, with an estimated total contract value of $9 million.
    SCARNG Catered Meals ISO 1-151st FY26 AT McEntire JNGB
    Dept Of Defense
    The Department of Defense, through the South Carolina Army National Guard (SCARNG), is soliciting proposals from qualified small businesses to provide hot catered meals for the 1-151st Annual Training event scheduled from February 20 to March 5, 2026. The contract, valued at up to $9 million, requires the delivery of breakfast, lunch, and dinner to multiple locations in South Carolina, including McEntire JNGB and North Aux Airfield, while adhering to strict food safety regulations set by the South Carolina Department of Agriculture. Interested vendors must ensure compliance with federal regulations for small business set-asides and submit their quotes, along with required documentation, to the primary contact, Kevin Esber, at kevin.j.esber.mil@army.mil by the specified deadlines, with all submissions due by January 8, 2025, for past performance questionnaires.
    NVANG UTA LODGING JANUARY 2025 - DECEMBER 2026
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide lodging accommodations for authorized personnel of the Nevada Air National Guard's 152d Airlift Wing from January 2025 to December 2026. The procurement requires single and double occupancy lodging within a three-mile radius of the 152d Airlift Wing located at 1776 National Guard Way, Reno, NV, ensuring that all facilities meet public health and security standards. This contract, which will be awarded based on best value criteria including pricing and technical capability, is set aside for small businesses with a total estimated value not exceeding $40 million. Interested vendors must submit their quotes via email to the designated contacts by 10:00 AM PDT on December 17, 2025, and ensure their proposals remain valid for at least 60 days post-solicitation close.