Off Center Lodging April 2025 - September 2025
ID: 70LGLY25QGLB00005Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL LAW ENFORCEMENT TRAINING CENTERFLETC GLYNCO OPERATIONSBrunswick, GA, 31524, 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 Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking qualified small businesses to provide off-center lodging services for students from April 1, 2025, to September 30, 2025. The procurement involves an estimated 2,754 hotel/motel rooms, with specific requirements including proximity within a 40-driving-mile radius of FLETC in Glynco, Georgia, and compliance with safety and cleanliness standards. This contract is crucial for accommodating students attending training sessions when on-site dormitory facilities reach capacity, ensuring a secure and supportive environment for their learning experience. Interested contractors must submit their bids electronically by March 18, 2025, and can direct inquiries to Erin Johnson at erin.johnson@fletc.dhs.gov or by phone at 912-267-3297.

    Files
    Title
    Posted
    The Department of Homeland Security (DHS) Federal Law Enforcement Training Centers (FLETC) has issued an amendment (0001) to Solicitation No. 70LGLY25QGLB00005 for Off-Center Lodging Services. This amendment clarifies the "Set Aside Requirement," confirming it as a competitive 100% small business set-aside with a 40-driving-mile geographical restriction from FLETC Front Gate (1131 Chapel Crossing Road, Glynco, Georgia) for hotel/motel rooms with inside entry doors. The NAICS code is 721110 with a $40M size standard. Additionally, the quote due date has been extended from March 17, 2025, to March 18, 2025, at 1:00 PM ET. Offerors must acknowledge the amendment and submit a completed "HOTEL SERVICES AND PRICES" form, providing rates for single and double occupancy for the period of April 1, 2025, to September 30, 2025. All submissions must be electronic and sent to erin.johnson@fletc.dhs.gov by the new deadline. Offers must be registered in SAM.gov and be prepared for potential multiple firm-fixed-price awards for an estimated 2754 rooms, with class sizes ranging from 24 to 48 students.
    The Department of Homeland Security (DHS) issued a Request for Quotes (RFQ) numbered 70LGLY25QGLB00005 for lodging services for students attending training at the Federal Law Enforcement Training Centers (FLETC) in Glynco, Georgia. This RFQ is exclusively set aside for small businesses within a 40-mile radius of FLETC and anticipates multiple firm fixed price awards. Offerors must be registered in the System for Award Management (SAM) and adhere to specified requirements for bid submission, including a detailed Hotel Services and Prices form due by March 17, 2025. The contract will encompass an estimated 2,754 lodging rooms from April 1, 2025, to September 30, 2025, supporting various training classes. The lodging facilities must comply with security, safety, and cleanliness standards, including provisions for pest control and ADA compliance. The contractor will be obligated to manage guest complaints, privacy protocols for FLETC students, and maintain operational standards without any external room access. Emphasizing training quality, the RFQ enforces strict guidelines to create a secure and supportive environment for students while meeting federal contracting requirements.
    The document is an amendment to a solicitation for lodging services issued by the Federal Law Enforcement Training Centers (FLETC) under the Department of Homeland Security (DHS). This amendment modifies solicitation number 70LGLY25QGLB00005, originally set for a 100% small business set-aside for hotel accommodations within 40 driving miles from FLETC in Glynco, Georgia. The significant changes include an extension of the submission due date from March 17, 2025, to March 18, 2025, and clarification on the hotel room requirements, emphasizing inside entry doors. An estimated total of 2,754 rooms is needed between April 1 and September 30, 2025, for student lodging, with room availability requested four hours after an inquiry from the Government. Offerors must submit their quotes electronically and include specific forms and supports, with prices confirmed from April to September 2025. The document underscores compliance with the Service Contract Act and requires proper registrations in the System for Award Management (SAM) prior to quotes being accepted. Overall, it emphasizes procedural details relevant for bidders aiming to fulfill the lodging requirement.
    This government file, "Off Center Lodging April through September 30, 2025" (70LGLY25QGLB00005), addresses questions and answers regarding a Request for Quotation (RFQ) for lodging services for students. The RFQ is for an estimated 2754 rooms between April 1, 2025, and September 30, 2025, with specific monthly breakdowns unknown and subject to class changes. Contractors must designate an on-site Program/Hotel manager and alternate available during specified hours. Bids require submitting the "Hotel Services and Price Form" as per Section F, paragraph F.1. If registered in SAM, offerors should circle "Yes" for Line I and fill in N/A for exceptions; otherwise, a complete 52.212-3 form is needed. Offerors are responsible for monitoring sam.gov for amendments, which must be acknowledged to avoid disqualification. All paragraphs of the "Hotel Services and Prices Form" (Section B), except J, must be completed. Double occupancy rooms must have two beds; marking Line Item 002 as N/A means no double occupancy classes can be accommodated. The acquisition is a 100% small business set-aside, but hotels must be within a 40-driving-mile radius of the FLETC Front Gate. Hotels undergoing remodeling phases are ineligible, as determined by inspection. This is an ongoing service with multiple purchase orders awarded under separate RFQs.
    The document addresses the Off Center Lodging Request for Quotes (RFQ) for providing an estimated 2,745 rooms for lodging students from April 1 to September 30, 2025. The government emphasizes that room allocation will not be evenly distributed over the months, with specific arrivals dependent on class registration. Contractors must designate points of contact available during business hours for contract matters. Bidders are instructed on the submission process regarding required forms and certifications, with specific attention to the acknowledgment of amendments. The solicitation is exclusively set aside for small businesses within a 40-mile radius of the Federal Law Enforcement Training Centers in Brunswick, Georgia. The document also clarifies stipulations concerning hotel renovations and the inspection process necessary for qualification. It confirms the RFQ is not new, citing previous orders for similar services. The responses to bidders' queries provide essential clarity on the conditions and requirements of participation, adhering to federal standards for contracting processes.
    This document provides answers to questions regarding the "Off Center Lodging April through September 30, 2025" Request for Quotations (RFQ) (70LGLY25QGLB00005). Key clarifications include: the estimated 2754 rooms will not be evenly split across months but broken down by class, with specific arrival/departure dates and student numbers not yet finalized. Contractors must designate an on-site Program/Hotel manager and an alternate, available Monday through Friday, weekends, and federal holidays. Submission requirements include the "Hotel Services and Price Form" and specific acknowledgments for FAR clauses, with additional documents if representations and certifications are not in SAM.gov. As of March 13, 2025, there were no amendments, but contractors are responsible for monitoring sam.gov for updates. All paragraphs of the Hotel Services and Prices Form should be completed, with "N/A" used where applicable except for paragraph J. Double occupancy rooms require two beds, and marking Line Item 002 as "N/A" means no double occupancy classes can be lodged. The RFQ is a 100% small business set-aside with a geographical restriction of 40 driving miles from the FLETC Front Gate. Hotels undergoing remodeling are ineligible. This is not a new contract; multiple purchase orders have been awarded for these services under separate RFQs.
    The government document outlines a Request for Quote (RFQ) for lodging services from April 1 to September 30, 2025, seeking an estimated 2,754 rooms for students, subject to change based on class schedules. Key clarifications include the necessity for contractors to designate a point of contact available during business hours, and detailed submission requirements related to the "Hotel Services and Price Form" to ensure compliance with federal regulations. The RFQ is exclusively set aside for small businesses located within 40 miles of the Federal Law Enforcement Training Centers in Glynco, Georgia. Important stipulations also include that hotels undergoing renovations are ineligible. Lastly, this contract is not new but is a continuation of previous service provisions, indicating prior awards under different RFQs, thus revealing a consistent need for these lodging services. The document’s structure allows for a systematic presentation of questions and answers, which aids in understanding the requirements and conditions for potential bidders.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    Housing Provider
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the United States Secret Service (USSS), is seeking lodging providers to manage room blocks for the 2028 Olympic and Paralympic Games in Los Angeles, CA. The primary objective is to secure a minimum of fifty (50) rooms at various event venues for durations of 30 to 60 days, ensuring consistent terms, amenities, and flexible cancellation policies without penalties. This procurement is crucial for supporting the National Special Security Event (NSSE) security plan, which necessitates reliable housing for personnel involved in the event. Interested parties must submit their responses by December 30, 2025, at 11:00 AM Eastern Time, and can contact Danielle Donaldson at danielle.donaldson@usss.dhs.gov or Katheryn Dennis at katheryn.dennis@usss.dhs.gov for further information.
    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.
    RFI- Supplemental Lodging Reservation Service
    General Services Administration
    The General Services Administration (GSA) is conducting market research through a Request for Information (RFI) to explore the feasibility of a supplemental lodging reservation service aimed at eligible entities, including state and local governments, Congressional offices, government contractors, non-profit organizations, and tribal groups. The GSA seeks industry input on a Statement of Objectives and requests responses to specific capability evaluation questions to assess market readiness and capacity for this service. This initiative is crucial for enhancing travel and lodging arrangements for various governmental and non-governmental organizations. Interested parties must submit their responses via email by December 23, 2025, at 5:00 PM ET, and can direct inquiries to Elizabeth McEwen or Jennifer Miller at the provided email addresses.
    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.
    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.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.