Lodging BPA
ID: W50S9624QA015Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N0 USPFO ACTIVITY SDANG 114SIOUX FALLS, SD, 57104-0264, 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 South Dakota Air National Guard, is seeking qualified small businesses to establish a Blanket Purchase Agreement (BPA) for commercial lodging services near Joe Foss Field in Sioux Falls, South Dakota. The BPA aims to secure lodging for authorized personnel during Unit Training Assembly (UTA) periods, requiring a minimum of 10 single and 10 double occupancy non-smoking rooms, with compliance to federal and state safety and quality standards. This initiative is crucial for ensuring that government personnel have access to reliable and quality accommodations, with a total maximum value of $250,000 over a potential five-year period. Interested contractors must submit their quotes using the provided Quote Sheet and ensure registration in the System for Award Management (SAM) by the specified deadlines, with inquiries directed to Greg Johnson at gregory.johnson.99@us.af.mil or Jeremiah Minter at jeremiah.minter@us.af.mil.

    Files
    Title
    Posted
    The document addresses Amendment 01 for the lodging Blanket Purchase Agreement (BPA) under RFP W50S9624QA015. It clarifies responses to various questions regarding the solicitation process. Key points include the availability of revised exhibits for the Statement of Work (SOW), permission for third-party travel companies to bid, and requirements that rooms must be blocked during specified periods with all hotels needing prior approval. Complimentary breakfast is not mandatory, and multiple BPAs may be awarded. While hotels are not required to meet specific ratings, all room entrances must be interior-accessible. Concerns relating to parking needs and potential room rate hikes during peak events are also addressed—indicating special pricing can be negotiated as stipulated in the SOW. The document serves as an official communication to potential vendors regarding expectations and requirements for submitting proposals, ensuring all parties have clarity on the lodging services necessary for government operations.
    The Statement of Work (SOW) outlines the requirements for a Blanket Purchase Agreement (BPA) to provide commercial lodging services for authorized personnel of the South Dakota Air National Guard. This BPA facilitates room rentals on an as-needed basis, particularly during Unit Training Assembly (UTA) periods. The contractor is obligated to supply single and double occupancy non-smoking rooms located within 15 miles of Joe Foss Field, ensuring compliance with safety and sanitary standards. Key requirements include maintaining a minimum of 20 blocked rooms for UTAs, providing extensive amenities in guest rooms, and ensuring 24/7 service availability. The contractor must manage reservations and provide comprehensive housekeeping and customer service. The agreement spans a maximum of five years, with specific pricing guidelines ensuring costs remain competitive. The document emphasizes that the BPA is not a contract, thus no guaranteed quantities or liabilities are established for the government, and any additional services are at the individual’s expense. The quality control measures include inspections and specified responsibilities for both the contractor and the government regarding performance oversight. This agreement reflects a strategic approach for managing lodging needs within federal guidelines, focused on efficiency and compliance.
    The document outlines the Statement of Work (SOW) for a Blanket Purchase Agreement (BPA) focused on commercial lodging services for the South Dakota Air National Guard in Sioux Falls, SD. The primary purpose of this BPA is to provide lodging for authorized personnel during Unit Training Assembly (UTA) periods, with specific requirements for single and double occupancy non-smoking rooms. The contractor is responsible for ensuring the lodging facility meets various safety and quality standards, including cleanliness, adequate amenities, and compliance with federal and state regulations. The SOW specifies that at least 10 single and 10 double occupancy rooms must be reserved for each UTA, and outlines the terms for reservations, cancellations, and invoicing. It emphasizes the need for responsive service, security measures, and adherence to a set price structure for room charges that must be competitive with market rates. The document establishes a five-year timeframe for the BPA and highlights the roles of the contractor and the government personnel involved in monitoring performance and ensuring compliance with the terms laid out, including quality control procedures and mechanisms for addressing complaints. Overall, the SOW is a comprehensive guide for contractors bidding for the opportunity to provide lodging services to the Air National Guard.
    The South Dakota Air National Guard is issuing a Request for Quote (RFQ) to establish a Blanket Purchase Agreement (BPA) for commercial lodging near Joe Foss Field in Sioux Falls, SD. This solicitation, designed exclusively for small businesses, utilizes the NAICS code 721110 for hotels and motels, with a size standard of $40 million in average annual receipts. The BPA may last up to five years with a total maximum value of $250,000, or fewer months if the funding is exhausted. Proposals will be evaluated based on price, availability, and quality, with preference given to accommodations meeting GSA Domestic Per Diem Rates. Interested vendors must submit quotes using an attached Quote Sheet and ensure validity for 60 days. Queries regarding the RFQ must be directed to designated government officials. The RFQ includes numerous federal acquisition regulations that must be adhered to, ensuring compliance with ethical and operational standards in government contracting. Ultimately, this initiative underscores the commitment to supporting small businesses while ensuring that lodging needs for government personnel are met efficiently and cost-effectively.
    The Statement of Work (SOW) outlines a Blanket Purchase Agreement (BPA) for commercial lodging services for authorized personnel of the South Dakota Air National Guard in Sioux Falls, SD. The BPA facilitates room reservations on an as-needed basis, without guaranteed minimums or maximums, aiming to streamline the procurement of lodging during training periods. Key requirements include furnishing single and double occupancy rooms within 15 miles of Joe Foss Field, adhering to federal, state, and safety standards. Accommodation specifics like security features, room condition, and essential amenities (e.g., heating and air conditioning, bathroom facilities) are clearly articulated. The performance period spans up to five years, with detailed pricing mechanisms ensuring competitive rates aligned with the contractor's other clients. Cancellation terms are flexible, requiring a 30-day notice. The document also mandates quality assurance procedures, including inspections and compliance with set standards to ensure service quality. Overall, the SOW serves to formalize lodging arrangements and outline responsibilities and expectations for both the Government and contracting party, ensuring effective support for military operations.
    The document is a Lodging Blanket Purchase Agreement (Contract No. W50S9624QA015) aimed at securing lodging services for specific periods. The proposed contract reflects a tentative performance timeline from November 1, 2024, to October 31, 2025. Notably, the pricing structure includes rates for winter and summer occupancy, specifying single and double room options. However, available room quantities for Friday and Saturday evenings are currently set to zero, indicating no bookings are secured at this time. The agreement underscores the importance of providing quality lodging services that meet defined government standards. Contractors must furnish detailed information about their lodging facilities, including names and addresses, and describe the offered services and furnishings to allow the government to assess their compliance with the Statement of Work (SOW) requirements. Additional specifications include terms related to shipping, payment, and warranty information, alongside affirmations of compliance with federal regulations. This document illustrates the formal procurement process within government operations for securing hospitality services, highlighting quality assurance and operational standards as critical components of the proposal.
    Lifecycle
    Title
    Type
    Lodging BPA
    Currently viewing
    Solicitation
    Similar Opportunities
    730th IDT lodging
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide commercial lodging services for the South Dakota National Guard in Vermillion, SD, during drill weekends. The requirement includes lodging for an estimated 374 rooms per year, primarily for one weekend each month, with the potential for additional requests on select days. This procurement is crucial for supporting the operational readiness of the National Guard, ensuring personnel have adequate accommodations during training activities. The performance period is set to commence on December 1, 2024, and will run through November 30, 2025, with two optional extension periods available. Interested small businesses should reach out to Tyler Pringle at tyler.j.pringle4.mil@army.mil or Douglas Harding at douglas.w.harding.civ@army.mil for further details, as the solicitation is expected to be posted within a week.
    665th IDT Lodging
    Active
    Dept Of Defense
    The Department of Defense, specifically the South Dakota National Guard, is seeking a contractor to provide commercial lodging services in Mitchell, SD, during drill weekends. The requirement includes an estimated 600 lodging rooms per year, primarily for one weekend each month, with the potential for additional requests on select days. This service is crucial for accommodating personnel during training and operational activities. The performance period is set to commence on December 1, 2024, and will run through November 30, 2025, with two optional extension periods available. Interested vendors must submit their quotes by 12:00 p.m. Mountain time on October 13, 2024, to Andrew Kennedy at andrew.j.kennedy16.mil@army.mil, as this opportunity is a total small business set aside resulting in a Firm Fixed Price Award.
    740th IDT Lodging
    Active
    Dept Of Defense
    The Department of Defense, specifically the South Dakota National Guard, is seeking a contractor to provide commercial lodging in Aberdeen, SD, during drill weekends, with an estimated requirement of 408 rooms per year. The lodging services are expected to be utilized primarily one weekend each month, although requests may arise on other days for select individuals. This procurement is crucial for supporting the operational readiness of the National Guard and will be conducted as a total small business set-aside, resulting in a Firm Fixed Price Award. Interested parties should contact Tyler Pringle at tyler.j.pringle4.mil@army.mil or Douglas Harding at douglas.w.harding.civ@army.mil for further details, with the solicitation anticipated to be posted within a week of this presolicitation notice, and the performance period set from December 1, 2024, to November 30, 2025, including two option years.
    147th Band IDT lodging
    Active
    Dept Of Defense
    The Department of Defense, specifically the South Dakota National Guard, is seeking a contractor to provide commercial lodging in Mitchell, SD, during drill weekends. The requirement includes an estimated 200 rooms per year, primarily for one weekend each month, with the possibility of additional requests on select days. This lodging service is crucial for accommodating personnel during their training and operational activities. The performance period is set to commence on December 1, 2024, and will run through November 30, 2025, with two optional one-year extensions. Interested parties should contact Tyler Pringle at tyler.j.pringle4.mil@army.mil or Douglas Harding at douglas.w.harding.civ@army.mil for further details, as the solicitation is expected to be posted within a week.
    155th EN CO IDT lodging
    Active
    Dept Of Defense
    The Department of Defense, specifically the South Dakota National Guard, is seeking a contractor to provide commercial lodging in Wagner, SD, during drill weekends. The requirement includes an estimated 385 lodging rooms per year, primarily needed for one weekend each month, with potential requests on other days as necessary. This procurement is crucial for supporting the operational readiness of the National Guard personnel during their training activities. The solicitation is expected to be posted within a week, with a performance period from December 1, 2024, to November 30, 2025, including two option years. Interested parties can contact Tyler Pringle at tyler.j.pringle4.mil@army.mil or 605-737-6904, or Corey Hooper at corey.s.hooper.civ@army.mil or 605-787-3027 for further details.
    665th IDT Lodging
    Active
    Dept Of Defense
    The Department of Defense, specifically the South Dakota National Guard, is seeking a contractor to provide commercial lodging in Mitchell, SD, during drill weekends. The requirement includes an estimated 600 lodging rooms per year, primarily needed for one weekend each month, with the potential for additional requests on select days. This procurement is crucial for supporting the operational readiness of the National Guard personnel. The performance period is tentatively set from December 1, 2024, to November 30, 2025, with two optional years, and the solicitation is expected to be posted within a week. Interested parties can contact Andrew Kennedy at andrew.j.kennedy16.mil@army.mil or by phone at 605-737-6731 for further details.
    COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO
    Active
    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.
    March ARB, CA Supplemental Lodging Blanket Purchase Agreement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to establish a Supplemental Lodging Blanket Purchase Agreement (BPA) for March Air Reserve Base in California. This procurement aims to provide additional lodging accommodations for authorized personnel during Unit Training Assembly (UTA) missions when the on-base March Inn reaches full capacity. The selected contractor will be responsible for offering furnished single and double occupancy rooms, ensuring quality assurance through inspections, and adhering to federal guidelines for lodging services. Interested parties should contact Marissa E. Lopez at marissa.lopez.5@us.af.mil or Chris Wietecha at chris.wietecha.2@us.af.mil for further details, with the BPA set to run from October 18, 2024, to October 17, 2025, and multiple option years available.
    NVANG UTA LODGING DECEMBER 2024 - NOVEMBER 2025
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for lodging services for the Nevada Air National Guard's 152d Airlift Wing personnel from December 2024 to November 2025. The requirement includes providing single and double occupancy accommodations within a two-mile radius of the 152d Airlift Wing in Reno, Nevada, with an estimated total of 1,495 room nights needed for various training events. This procurement is crucial for ensuring that military personnel have safe and compliant lodging during their duty status, adhering to specific safety and health standards outlined in the Performance Work Statement. Interested vendors must submit their quotes via email to the designated contacts by November 1, 2024, at 10:00 AM PDT, with the contract being a Firm-Fixed-Price agreement and set aside exclusively for small businesses.
    HDCSO Hotel Lodging FY25 - FY29
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to establish a Blanket Purchase Agreement (BPA) for hotel lodging services to support government personnel at Fort Leonard Wood, Missouri, from November 29, 2024, to November 28, 2029. The contract aims to provide fully furnished hotel accommodations for military personnel during in-processing and training when on-post lodging is unavailable, ensuring compliance with strict health and safety standards. This procurement is crucial for maintaining operational readiness and providing safe lodging options for troops, with a maximum estimated value of $8.5 million over the five-year period. Interested small businesses can contact Maria-Elisa Trinidad at maria-elisa.trinidad.civ@army.mil or Alfreda M. Dupont at alfreda.m.dupont2.civ@army.mil for further details.