March ARB, CA Supplemental Lodging Blanket Purchase Agreement
ID: FA466425Q0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4664 452 MSG PKMARCH ARB, CA, 92518-1716, 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The March Air Reserve Base Lodging Blanket Purchase Agreement (BPA) outlines the responsibilities of a contracted lodging provider (KTR) to accommodate U.S. Government personnel at the March Inn, CA, on an as-needed basis. It specifies the provision of furnished single and double occupancy rooms when on-base facilities are full, with no minimum booking guarantees. Key elements include two types of reservations: guaranteed and non-guaranteed, with distinct billing processes for personnel paying personally versus those under the Air Force's responsibility. Additionally, the BPA details quality assurance practices through inspections and compliance monitoring by the Air Force. The contractor must provide essential services, including check-in/check-out operations, telephone access, housekeeping, and meal availability. It establishes procedures for cancellations, walk-ins, billing processes, and handling disputes, emphasizing standards for room quality, safety, and accessible services. The document serves not only as a guideline for lodging operations but also ensures accountability and service quality for federal personnel under government contracts, reinforcing its relevance within federal RFP frameworks. Overall, the BPA aims to maintain high standards of service while efficiently managing lodging logistics for U.S. military and government personnel.
    The CONTRACT LODGING FACILITY INSPECTION CHECKLIST outlines critical criteria for evaluating the quality and safety of hotels, motels, and inns as part of government procurement evaluations. It encompasses a range of factors from exterior cleanliness, security, and staff professionalism to room conditions, amenities, and emergency preparedness. Key points include assessing the property's overall maintenance, the presence of adequate lighting, sound-proofing measures, cleanliness of facilities, and the availability of essential services such as 24-hour check-in and meal services. Furthermore, the checklist emphasizes compliance with safety regulations, including current fire inspections and smoke detector presence in each room. The document serves as a guide for ensuring that lodging facilities meet the standards set forth in government RFPs, federal grants, and local procurement agreements, thereby prioritizing guest comfort and safety. Each item included requires a thorough inspection to guarantee adherence to specified requirements, ultimately helping to inform decisions regarding vendor selection in government-related contracts. This checklist plays a vital role in maintaining high operational standards in the hospitality sector that supports government activities.
    This document outlines a hotel lodging arrangement for military or government personnel, capturing essential details for invoicing and guest validation. It includes sections for hotel name, invoice number, total cost, guest signatures, unit names, and member details such as rank and gender. The document specifies room types, arrival dates, and corresponding room rates, predominantly listing rates as $0.00, indicating potential prearranged agreements or grants that cover lodging expenses. The hotel validation is pending, and the section for "No Show" is included alongside estimated costs for direct billing with a final cost of $0.00. This structure is typical for government procurement processes associated with RFPs, federal grants, and local initiatives, emphasizing accountability, precise record-keeping, and adherence to budgetary constraints for accommodations related to official duties. The format indicates a standardized approach for managing travel-related expenses, ensuring that expenditures align with governmental regulations.
    The document serves as a walk-in roster for hotel accommodations related to military or official government personnel, capturing essential information for billing and room allocation. It includes sections for hotel validation, invoice number, total amount, unit name, dates of stay, and guest signatures. The roster details specific accommodations by member name, rank, gender, room type, arrival dates, rooms used, rates, and an estimated cost for direct billing to the respective unit. The structure emphasizes the identification of each guest and their stay while allowing for a systematic approach to hotel billing aligned with government protocols. The document’s purpose is to facilitate seamless accounting for lodging expenses incurred during official travel, as well as ensuring proper documentation of personnel accommodations, which is critical in maintaining compliance with federal and state guidelines on travel reimbursements. Overall, it underscores the logistical coordination necessary for managing government travel-related lodging effectively.
    The Contract Hotel Complaint Form serves as a structured feedback mechanism for guests to report complaints regarding their accommodations at contract hotels. The form collects essential information, including the guest's name, contact details, and specifics of the complaint. It prompts guests to indicate whether they contacted hotel management and provides spaces for recording the manager's name and response to the issue. Furthermore, it assesses guest satisfaction with management's resolution. Guests are instructed to submit the completed form to the base lodging front desk for further action. This document plays a critical role in ensuring accountability and improving service quality in government-associated lodging, reflecting the importance of responsiveness and customer satisfaction in federal contracting contexts. Its structured nature reinforces transparency and effective complaint resolution processes in alignment with federal standards.
    The Women-Owned Small Business (WOSB) solicitation document outlines a Blanket Purchase Agreement (BPA) to facilitate lodging services for personnel at March Air Reserve Base. Specifically, the agreement is intended to support Unit Training Assembly (UTAs) by providing additional lodging options when the on-base March Inn reaches full capacity. The BPA includes a pricing schedule for single and double occupancy rooms, with rates adhering to the local per diem. The solicitation specifies the terms under which services can be ordered and establishes procedures for issuing calls, emphasizing the need for fair opportunity among BPA holders. The contract is governed by the Federal Acquisition Regulation (FAR), and the document outlines necessary contracting clauses and requirements for accountability and compliance with federal guidelines. The BPA is set to run from October 18, 2024, to October 17, 2025, with multiple option years available, enhancing its flexibility for future needs. Payment will be processed via government purchase card, aiming to streamline procurement while ensuring compliance with procurement policies tailored for government operations. This document underscores the government's commitment to supporting small businesses, particularly those owned by women, through structured procurement processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Lodging BPA
    Active
    Dept Of Defense
    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.
    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.
    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.
    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.
    Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is seeking contractors for the construction of a KC-46A Two-Bay Maintenance Hangar at March Air Reserve Base in California. The project involves the demolition of an existing hangar and the construction of a new facility designed to support the maintenance and repair of the KC-46A aircraft, accommodating approximately 300 personnel and including various administrative and maintenance spaces. This initiative is crucial for enhancing military readiness and operational efficiency, with an estimated construction cost ranging from $100 million to $250 million. Interested contractors should note that the solicitation is currently suspended, with a new proposal due date to be announced, and they can contact Lindsay Lawrence at Lindsay.B.Lawrence@usace.army.mil for further information.
    156th Wing - October RSD Lodging
    Active
    Dept Of Defense
    The Department of Defense, specifically the Puerto Rico Air National Guard's 156th Wing, is soliciting quotes for lodging accommodations for Regularly Scheduled Drills (RSD) in the San Juan-Isla Verde area from October 17 to October 31, 2024. The procurement requires the contractor to provide secure lodging, including double and single rooms, within 15 road miles of Muñiz ANGB, adhering to Department of Defense travel rates for pricing and maintaining a minimum midscale quality standard. This opportunity is set aside for small businesses under NAICS Code 721110, with proposals due by October 10, 2024, at 10:00 AM EST. Interested vendors must register in the SAM database and Wide Area Work Flow to be eligible for award, and they can direct inquiries to Rafael E. Martinez at rafael.martinezrodriguez@us.af.mil or call 787-253-7438.
    Short Term Lodging Fort Eisenhower, GA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking quotes for short-term lodging services at Fort Eisenhower, Georgia. This procurement is set aside for small businesses and aims to provide essential lodging accommodations for military personnel and associated staff. The services are critical for ensuring comfortable and convenient housing during training and operational activities at the base. Interested vendors should submit their quotes via the Unison Marketplace, and for further inquiries, they can contact Dustin Robertson at 502-898-1255 or via email at dustin.t.robertson4.civ@army.mil.
    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.
    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.
    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.