BPA Hotel Rooms for Unit Training Weekends (UTA) at Dover AFB
ID: FA449725Q0027Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4497 436 CONS LGCDOVER AFB, DE, 19902-5016, 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 436 Contracting Squadron at Dover Air Force Base, is soliciting proposals from qualified hotels to establish a Blanket Purchase Agreement (BPA) for lodging services during Unit Training Assembly (UTA) weekends for the 512th Airlift Wing. The selected hotels must be located within 50 miles of Dover AFB and provide single occupancy rooms that meet safety and comfort standards for military personnel, along with adequate parking and nearby dining facilities. This BPA, effective from July 1, 2025, to June 30, 2030, allows the government to procure accommodations through authorized purchasing calls, with each call limited to $25,000, and requires compliance with federal contracting regulations. Interested vendors should contact Dean Mohrmann at dean.mohrmann.1@us.af.mil or 302-677-5227, or Victoria Barra at victoria.barra@us.af.mil or 302-445-5032 for further details and to review the solicitation requirements.

    Files
    Title
    Posted
    The 512 AW Hotel BPA attachment outlines the requirements for offerors seeking to participate in a government lodging procurement process. It instructs potential bidders to complete all sections of the form, ensuring that they include verification of their active registration on SAM.gov and necessary certifications. Key information required includes the offeror's name, Cage Code, business name as registered, physical hotel address, and room capacity details, specifying the availability of single and double-occupancy rooms. Furthermore, it includes a statement whereby the hotel agrees to accept government per diem rates for bookings, with an acknowledgment that room availability is contingent upon the ability to meet these rates. The document emphasizes the importance of thorough and complete submissions, as incomplete forms may be rejected. Overall, this document facilitates the collection of essential information needed for evaluating potential lodging services that adhere to government requirements.
    The document outlines the Terms and Conditions for a Blanket Purchase Agreement (BPA) governing the provision of hotel rooms from July 1, 2025, to June 30, 2030. It establishes the agreement as a method for the government to arrange for accommodations through authorized purchasing calls, with each call limited to $25,000. The BPA obligates the government only when authorized calls are made and completed. Details required with each delivery include the supplier's name, BPA number, purchase date, itemized services, and total value. Invoices must be submitted at least monthly, summarizing deliveries and supported by delivery tickets. Contractors must submit updated price lists when there are price changes, allowing for a grace period of 14 days for submission. Both parties retain the right to cancel the BPA with 10 days' notice. This agreement provides a structured approach for the government to procure hotel accommodations while ensuring accountability and compliance with federal contracting regulations, specifically under FAR guidelines.
    The Statement of Work outlines the requirements for lodging accommodations for the 512 Airlift Wing at Dover Air Force Base. The contractor is tasked with providing single occupancy rooms, adequate parking, and various services for military personnel. The document emphasizes quality assurance through inspections and compliance checks by government personnel. Key definitions include roles such as the Lodging Manager and the Contracting Officer, along with specific standards for room conditions, furnishings, and amenities. Contractor responsibilities include maintaining standards for room assignments, check-in/out services, and ensuring a range of dining facilities are available nearby. They must also provide custodial services, honor guests' privacy with "Do Not Disturb" signs, and ensure rooms offer essential amenities including heating, air conditioning, and security for personal items. The document specifies invoicing procedures and the need for accurate billing to avoid delays. It serves as a comprehensive guide for government-managed lodging services, ensuring compliance with operational and safety standards while providing necessary accommodations for military personnel and government employees.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    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.
    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.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Establish a Blanket Purchase Agreement to Support Fort Sill Overflow Off-Post Lodging/Hotel
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Sill, Oklahoma, is seeking to establish a Blanket Purchase Agreement (BPA) for overflow lodging services for soldiers in-processing or attending training at the Fort Sill army post. The requirement includes providing hotel accommodations within a 10-mile radius of Fort Sill, with specific amenities such as in-room facilities, laundry services, and internet access, to be utilized when on-post housing is at capacity. Interested contractors must submit a capabilities statement by December 23, 2025, detailing their ability to meet the outlined requirements, along with company information and size classification, to the designated points of contact, Brandi O'Daniel and Sommer Roach, via email.
    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.
    SOURCES SOUGHT//SDVOSB - Dover AFB Isochronal Stand Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought notice to identify potential sources for the maintenance of the Isochronal Stand System at Dover Air Force Base (AFB). The procurement aims to secure a contractor capable of providing comprehensive management, tools, supplies, and labor for preventative maintenance, unscheduled repairs, and emergency services related to the Kern Steel Fabrication, Inc. ISO Stand System, which is critical for the operational readiness of the C-5 Galaxy aircraft. Interested parties must submit a capability statement demonstrating relevant experience and qualifications by December 15, 2023, with responses directed to 2d Lt Travis Ambrose and Ms. Charidy Vessels via email. The anticipated contract period spans from March 1, 2026, to September 30, 2030, with a focus on Service-Disabled Veteran-Owned Small Business participation.
    Lodging Support-PALMETTO REACH Saipan/Palau (Amendment 1)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified small businesses to provide lodging support services for Operation PALMETTO REACH in Saipan and Palau. The procurement aims to secure accommodations for approximately 123 individuals in Saipan and 79 in Palau from January 6 to January 21, 2026, with specific requirements for room types, amenities, and services outlined in the Performance Work Statement. This opportunity is critical for ensuring adequate lodging for personnel during the operation, and interested vendors must submit their quotes by December 16, 2025, with questions due by December 12, 2025. For further inquiries, potential offerors can contact Levi Mowrey at levi.mowrey@us.af.mil or TSgt Patrick Thomas at patrick.thomas.30@us.af.mil.