147th C Battery IDT Lodging
ID: W912MM24QA005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N0 USPFO ACTIVITY SD ARNGRAPID CITY, SD, 57702-8170, 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 Army National Guard, is seeking a qualified contractor to provide commercial lodging services in Yankton, South Dakota, for personnel during Inactive Duty Training (IDT) weekends. The contract requires the provision of clean, smoke-free double occupancy rooms that meet FEMA standards, with an estimated need for lodging covering approximately 392 nights per year, primarily for around 32 personnel. This procurement is significant for ensuring the operational readiness of the National Guard and supports the government's initiative to enhance opportunities for women-owned small businesses. Quotes are due by 12:00 p.m. Mountain time on September 24, 2024, and interested parties should contact Andrew Kennedy at andrew.j.kennedy16.mil@army.mil for further details.

    Files
    Title
    Posted
    The document outlines a solicitation for a contract with a women-owned small business to provide commercial lodging services for South Dakota Army National Guard personnel during Inactive Duty Training (IDT) status. The contract aims to secure hotel accommodations in Yankton, SD, primarily for approximately 32 personnel requiring lodging for an estimated 392 nights per year, with a primary focus on fulfilling IDT requirements. The contract covers a base period from December 1, 2024, to November 30, 2025, with two optional extension periods through November 2027. Key requirements include providing clean, smoke-free double occupancy rooms that meet FEMA standards, limited access for personnel security, and adhering to health and safety standards. The contractor is responsible for operational security, protecting sensitive information, and maintaining a safe environment, meeting specific security criteria outlined by the contracting office. This request for proposal aligns with federal acquisition regulations and initiatives to boost opportunities for women-owned small businesses, underscoring the government's commitment to supporting diverse businesses within procurement processes.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    FSS LODGING KYANG
    Active
    Dept Of Defense
    The Department of Defense, specifically the Kentucky Air National Guard (KYANG), is soliciting proposals for lodging services during Regularly Scheduled Drill weekends from October 2023 to September 2024. The procurement requires accommodations for groups of 40-90 personnel at FEMA-registered hotels within 25 miles of the headquarters in Louisville, KY, emphasizing quality, safety, and compliance with health standards. This initiative is crucial for ensuring comfortable and compliant lodging for airmen during their duty periods, with a total award amount of $40 million anticipated for the contract. Interested vendors must submit their quotations by September 25, 2024, and can direct inquiries to SSgt Quetta Odom at glennquetta.odom@us.af.mil or by phone at 502-413-4617.
    Fort Sill BPA Resiliency Hotel Events
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Sill, Oklahoma, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for hotel accommodations and related services for Cadre Resiliency Overnight Events. The BPA aims to provide off-post lodging and facilities for Brigade Drill Sergeants and their families participating in resiliency training workshops, requiring up to 35 double queen bed rooms, conference space, childcare facilities, and meal services for approximately 105-110 participants. This initiative is crucial for supporting military family resilience and well-being, with events scheduled quarterly over a five-year term from August 2024 to July 2029, and a total financial cap of $250,000 for all events combined. Interested vendors must submit their quotes by September 23, 2024, and can direct inquiries to Contracting Officer Jesslyan Ortiz Albino or Contract Specialist Indigo Delacruz via their provided email addresses.
    Lodging Rooms
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for lodging accommodations, specifically 425 nights of furnished hotel or motel rooms annually, for staff participating in New Employee Orientation (NEO) at the James H. Quillen VA Medical Center in Mountain Home, Tennessee. The procurement requires a single hotel location within a 5-mile radius of the medical center, ensuring compliance with federal standards, including accessibility and safety regulations, while maintaining smoke-free accommodations and necessary amenities. This opportunity is set aside for small businesses and consists of five one-year ordering periods from September 2024 to September 2029, with room rates required to be at or below government per diem rates. Interested parties must submit their quotations electronically by September 20, 2024, and can contact Preston Gerretse at preston.gerretse@va.gov for further information.
    TEMPORARY BERTHING DUTY ROOMS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Strategic Weapons Facility Atlantic (SWFLANT), is seeking a firm fixed-price contract for temporary berthing duty rooms, which are essential for accommodating personnel in a secure environment. The Navy Exchange Service Command is identified as the sole vendor capable of meeting the facility's specific security and operational requirements, leading to a single-source solicitation under FAR regulations. Interested vendors are encouraged to express their interest and demonstrate their capability by September 23, 2024, while all communications must be conducted via email to the SPK12 Contracts/Procurement Division at SPK12CONTRACTS@SWFLANT.NAVY.MIL. Vendors must also register with the System for Award Management (SAM) to participate in this procurement process.
    NTC 25-02 Tents Subject to Availability of Funds
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the provision of various tents to support military operations at Fort Irwin, California. The procurement includes one 4,000 SQFT tent without utilities, two 7,500 SQFT sleeping tents equipped with power, HVAC, and lights, and one 800 SQFT sleeping tent with utilities, all required for an Armored Brigade Combat Team during a training rotation. This contract is a total small business set-aside, emphasizing the importance of small businesses in fulfilling critical military infrastructure needs, with a performance period from October 8 to November 27, 2024. Interested vendors must submit their quotes by 11:30 AM Eastern Time on September 23, 2024, and direct any inquiries to Dale Patterson at dale.v.patterson.mil@army.mil or SSG Ben Shepherd at benjamin.p.shepherd2.mil@army.mil.
    Snow Removal Services at SD008, Sioux Falls, SD
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting quotes for snow removal services at the MSG Woodrow Wilson Keeble facility in Sioux Falls, South Dakota, under Solicitation Number W911SA25Q3024. Contractors are required to provide all necessary equipment, labor, and materials to ensure efficient and safe snow and ice removal, adhering to specific performance standards and local regulations. This procurement is crucial for maintaining safe operational conditions at the facility during winter months, reflecting the government's commitment to support military operations. Quotations are due by 10:00 AM on September 25, 2024, and interested parties should contact Kristine Scholz at kristine.k.scholz.civ@army.mil for further information.
    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.
    VT National Guard AMWS Food Service
    Active
    Dept Of Defense
    The Department of Defense, through the Vermont National Guard, is seeking proposals from qualified small businesses to provide comprehensive food service support for the Army Mountain Warfare School from October to December 2024. The contract requires the provision of meals (breakfast, lunch, and dinner) along with light cleaning services, with specific performance periods outlined for various contract line item numbers (CLINs). This procurement is crucial for ensuring that soldiers receive adequate nutrition and support during their training, adhering to food safety regulations and operational standards. Interested contractors must submit their complete quotes by 10:00 AM EST on September 24, 2024, and can direct inquiries to Kimberly Swasey or Kathleen O'Neill via their respective email addresses.
    V231--657-24-4-8569-0129 | Lodging Service | STL
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified sources to provide fully furnished lodging services for eligible veterans at the St. Louis VA Medical Center. The objective is to secure hotel or motel accommodations that include standard amenities such as shuttle service and complimentary breakfast, ensuring compliance with safety and accessibility standards for medically stable beneficiaries. This initiative underscores the VA's commitment to enhancing the well-being of veterans through accessible lodging options. Interested parties must submit their responses, including business capabilities and size classification under NAICS 721110, to Laura Ferguson at Laura.Ferguson@va.gov by September 27, 2023, at 1700 CST.
    KYANG FY25 CATERING
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for catering services under the solicitation titled "KYANG FY25 CATERING." The procurement aims to provide prepared meal services to the 123d Airlift Wing at the Kentucky Air National Guard Base, including both complete hot meals and grab-n-go sandwich/wrap options, with specific delivery dates aligned with drill weekends throughout fiscal year 2025. This opportunity is crucial for ensuring that service members receive quality meals that meet safety and sanitation standards, thereby supporting their operational readiness. Interested vendors must submit their proposals and any questions in writing to the primary contact, Jonathan Vance, at jonathan.vance.4@us.af.mil or by phone at 502-413-4161, as the solicitation follows a Total Small Business Set-Aside under FAR 19.5, with no separate written solicitation document being issued.