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
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 21, 2025, 12:00 AM UTC
  3. 3
    Due May 5, 2025, 8:00 PM UTC
Description

The Department of Defense, through the U.S. Army Contracting Command – Rock Island, is soliciting quotes for lodging services required by the 841st Battalion in Charleston, South Carolina, to support the Military Surface Deployment and Distribution Command. The procurement aims to establish a firm fixed price Blanket Purchase Agreement (BPA) for lodging accommodations, with a focus on small business participation, ensuring compliance with specific performance standards outlined in the Performance Work Statement (PWS). This initiative is critical for providing reliable and secure lodging solutions for military personnel, with a performance period spanning from May 16, 2025, to May 15, 2030, including multiple option years. Interested vendors must submit their pricing by April 15, 2025, and direct any questions to Linda Humphrey at linda.d.humphrey.civ@army.mil by April 7, 2025.

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.
Apr 21, 2025, 4:06 PM UTC
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.
Apr 21, 2025, 4:06 PM UTC
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.
Apr 21, 2025, 4:06 PM UTC
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
842nd Beaumont TX Lodging Services
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command – Rock Island, is seeking qualified vendors to provide lodging services for the 842nd Battalion in Beaumont, Texas, as part of the Military Surface Deployment and Distribution Command. The procurement is a 100% Small Business Set-Aside (SBSA) and involves a firm fixed-price Blanket Purchase Agreement (BPA) for accommodations, with a base period from May 16, 2025, to May 15, 2026, and four option periods extending through May 2030. This contract is crucial for ensuring adequate lodging for military personnel, with specific requirements outlined in the Performance Work Statement, including quality standards and security measures. Interested vendors must submit their quotes by April 15, 2025, and direct any questions to Linda Humphrey at linda.d.humphrey.civ@army.mil by April 7, 2025.
Lodging
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for lodging services required by the 10th Human Response Force (HRF) for an event scheduled from August 15-17, 2025. The procurement involves providing 7 single occupancy rooms and 108 double occupancy rooms for a total of 222 soldiers, with accommodations located in the Dupont area, south of Joint Base Lewis-McChord, WA, ensuring separate arrangements for male and female soldiers. This contract is crucial for supporting military operations and maintaining the welfare of personnel during their activities. Interested vendors must submit their quotes electronically by May 6, 2025, to Fredesvin Quintana at fredesvin.quintana.civ@army.mil, and must be registered in SAM with a valid CAGE code and UEI.
354th Military Police Company Lodging and Meals
Buyer not available
The Department of Defense, through the Army Contracting Command, is seeking proposals for lodging and meal services for the 354th Military Police Company during their active duty mobilization from May 3 to May 6, 2025, in Saint Charles, Missouri. The procurement requires the provision of 57 room nights and meals for 34 service members, including breakfast, lunch, and dinner, while adhering to federal regulations and per diem rates. This opportunity is a Total Small Business Set-Aside, emphasizing the importance of supporting small businesses in federal contracting. Interested vendors must submit their quotes by April 24, 2025, at 10:00 AM EST, and can direct inquiries to Stacey Conner at stacey.r.conner.civ@army.mil or Stephanie Kless at stephanie.g.kless.civ@army.mil.
Short Term Lodging, Augusta, GA
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for short-term lodging services in Augusta, Georgia. This procurement is set aside for small businesses and aims to provide essential lodging accommodations for military personnel and associated travelers. The services are critical for ensuring comfortable and convenient housing during assignments, training, or other official travel. Interested vendors can find more details and submit inquiries through Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com. The solicitation is available for review at the provided link, and all submissions must adhere to the guidelines outlined in the Combined Synopsis/Solicitation notice.
Lodging Services: The Government requires lodging services for USFK personnel on TDY to various locations within South Korea
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified providers to offer lodging services for U.S. Forces Korea (USFK) personnel on Temporary Duty (TDY) in South Korea. The procurement aims to identify sources capable of delivering comprehensive lodging that accommodates single personnel, ensuring essential furnishings and supplies such as smart TVs and telephones, while adhering to safety and fire regulations. This initiative is crucial for supporting USFK personnel during their assignments, with facilities required to be located near USFK installations, maintain daily cleaning, and potentially provide meal services. Interested companies must submit their capabilities, pricing, and compliance information by April 18, 2025, to SFC Daniel Nyam at daniel.nyam.mil@army.mil or by phone at 315-755-0659. This Sources Sought Notice is part of market research and does not constitute a solicitation for a contract, which may last one base year with four options.
Lodging Laundry BPA
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) to provide lodging laundry and dry-cleaning services at Ellsworth Air Force Base, South Dakota. The contractor will be responsible for all personnel, equipment, transportation, and supplies necessary to deliver laundry services, including pick-up and delivery, from April 30, 2025, to April 29, 2030. This procurement is vital for maintaining hygiene and service standards for military personnel, utilizing non-appropriated funds generated through military community programs rather than taxpayer dollars. Interested vendors must submit their proposals by May 9, 2025, and can direct inquiries to Matthew Moye at matthew.moye.4@us.af.mil or Ross Duval at ross.duval@us.af.mil.
Short Term Lodging, Tampa, FL
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide short-term lodging services in Tampa, Florida. This procurement is set aside for small businesses and aims to fulfill the lodging needs for military personnel and associated staff, ensuring comfortable and convenient accommodations during their assignments. The services are categorized under the NAICS code 721110, which pertains to hotels and motels, and are critical for supporting military operations and personnel welfare. Interested parties can reach out to Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com for further details, with the opportunity available through the provided link for additional information.
Commercial Lodging BPA - Peterson SFB
Buyer not available
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.
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.
LAARNG FY25 Youth Leadership / Camp Pelican Pride
Buyer not available
The Department of Defense, through the Louisiana Army National Guard, is seeking proposals from qualified small businesses to provide catering and lodging services for the 2025 Youth Leadership Camp and Camp Pelican Pride. The contractor will be responsible for accommodating approximately 190 participants from June 22 to June 30, 2025, which includes providing meals, meeting spaces, and recreational activities while ensuring compliance with safety and health standards. This procurement is particularly significant as it supports the participation of women-owned businesses in government contracting, with a firm-fixed price contract to be awarded based on the most advantageous offer. Interested parties must submit their proposals by April 24, 2025, and can direct inquiries to Reva L. Johnson at reva.l.johnson3.mil@army.mil or Crystal Lynn Stiles at crystal.l.stiles2.civ@army.mil.