Hotel Rooms, 6-7 SEP in Raleigh, NC
ID: W91242-24-Q-0291Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NS USPFO ACTIVITY NC ARNGRALEIGH, NC, 27607-6412, 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 requires hotel accommodation services in Raleigh, North Carolina, for a two-night stay on September 6-7, 2024. The goal is to secure 25 rooms for attendees and staff of an upcoming event. The contractor will need to comply with a detailed Performance Work Statement (PWS) that outlines specific room requirements and outlines dual occupancy and single occupancy rooms.

    The scope of work is focused on delivering uninterrupted lodging services according to the specified standards. The contractor is responsible for ensuring individually billed incidental expenses and protecting the security and privacy of personal data. Attendance at a post-award conference and the designation of a contract manager are also expected.

    To be eligible, applicants should possess the technical capability and past experience in providing similar services. The small business set-aside means only eligible small businesses may apply. Applicants must submit a detailed plan of their execution, including any potential subcontractors, along with evidence of tentative reservations. Price is a secondary consideration, but applicants must provide pricing for the specified quantity, with additional options.

    The US government will evaluate proposals based on technical merit, past performance, and cost, with the most advantageous offer being awarded the contract. It's essential to highlight key personnel and adhere to the zero tolerance policy on human trafficking.

    This opportunity is a firm-fixed-price contract, with the government expecting to pay for room charges only. The submission deadline is clearly stated, and offerors are advised to ensure their files are free from viruses and avoid including any classified information.

    For any inquiries, interested parties can contact Samuel Caulfield via email at samuel.j.caulfield.mil@army.mil or David Jordan at david.n.jordan4.civ@army.mil, or by phone at 984-664-6019.

    Files
    Title
    Posted
    The document appears to be a fragmented and disorganized collection of text snippets related to various programming and web development concepts, including references to blogs, coding challenges, and modular designs. It contains multiple "TODO" notes, indicating incomplete sections or areas requiring further development. Overall, it lacks coherent structure and clear context, making it challenging to ascertain a unified theme or purpose.
    The document appears to consist of fragmented text and characters, making it challenging to summarize its contents accurately. However, it seems to relate to various topics, including government services, integration proposals, and agricultural references, amidst a mixture of languages and commands. The overall coherence is severely compromised, likely due to transcription errors or formatting issues.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    187th FW Hotel/Lodging BPA
    Active
    Dept Of Defense
    The US Department of Defense aims to contract commercial lodging services for its military personnel, specifically the 187th Fighter Wing in Montgomery, Alabama. The procurement seeks to establish multiple firm-fixed-price Blanket Purchase Agreements (FFP BPAs) with compliant suppliers for Regularly Scheduled Drill (RSD) weekends and weekday drills. Offerors should provide competitively priced, individually climate-controlled hotel rooms that adhere to stringent safety and housekeeping standards. These rooms are intended for temporary accommodation during military exercises and must include essential amenities, with suppliers ensuring prompt responses to reservation requests. The solicitation emphasizes the need for efficient and cost-effective solutions, with evaluations based on pricing, technical capability, and past performance. Offerors must submit detailed quotes and certifications electronically. Key dates to note are the submission deadline and the required 30-day phase-in period. This procurement also outlines a streamlined internal protest resolution process for interested parties. Contact details are provided for Mr. Stephen Shanks and Maj Jeremy Hendrick for any clarifications, with the funding amount not specified in the available information.
    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 vendors to establish a Blanket Purchase Agreement (BPA) for hotel accommodations and facilities to support Cadre Resiliency Overnight Events for Brigade Drill Sergeants and their families. The BPA will cover the provision of up to 35 hotel rooms, dining options, childcare facilities, and conference space equipped with audio/visual equipment, with events scheduled quarterly from August 2024 to July 2029. This initiative is crucial for enhancing the resiliency training of military families, ensuring they have access to necessary amenities and support during these events. Interested vendors must submit their quotes by September 23, 2024, and are required to be registered in the System for Award Management (SAM) prior to award; inquiries can be directed to Contracting Officer Jesslyan Ortiz Albino at jesslyan.m.ortizalbino.civ@army.mil or Contract Specialist Indigo Delacruz at indigo.a.delacruz.civ@army.mil.
    Army Special Event Hotel Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking contractors to provide comprehensive hotel support for the Army Special Event honoring Medal of Honor recipients, scheduled to take place in Washington D.C. The contractor will be responsible for delivering all necessary personnel, equipment, materials, meeting areas, and non-personal services to ensure the successful hosting of this significant event, which includes a reception for up to 200 guests and requires stringent security and quality standards. This contract, which spans an initial base period of four years, emphasizes the importance of providing a secure and comfortable environment for attendees, with a focus on logistical support, catering services, and compliance with safety regulations. Interested parties can contact Michael B. Aguilar at Michael.b.aguilar.civ@army.mil or Ralph M. Bowie at ralph.m.bowie.civ@army.mil for further details.
    Off Center Lodging October 2024 - March 2025
    Active
    Homeland Security, Department Of
    The Department of Homeland Security is soliciting quotes for Off Center Lodging Services for students at the Federal Law Enforcement Training Centers (FLETC) in Glynco, Georgia, under RFQ number 70LGLY24QGLB00105. The procurement aims to secure multiple firm fixed-price contracts for approximately 8,003 lodging rooms from October 1, 2024, through March 31, 2025, specifically targeting small businesses located within 40 driving miles of FLETC. This initiative is crucial for supporting government training programs while fostering local business engagement and ensuring compliance with federal procurement standards. Interested vendors must submit their proposals by September 10, 2024, and can direct inquiries to Erin Johnson at erin.johnson@fletc.dhs.gov or by phone at 912-267-3297.
    147th C Battery 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 Yankton, SD, during drill weekends. The requirement includes an estimated 392 lodging rooms per year, primarily for one weekend each month, with the possibility of additional requests on select days. This procurement is crucial for supporting the operational readiness of the National Guard personnel. The performance period is set to commence on December 1, 2024, and will run through November 30, 2025, with two optional extension periods. Interested small businesses should contact Andrew Kennedy at andrew.j.kennedy16.mil@army.mil or call 605-737-6731 for further details, as the solicitation is expected to be posted within a week.
    147th HHB 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 Watertown, SD, during drill weekends. The requirement includes an estimated 480 lodging rooms per year, primarily needed for one weekend each month, with potential variations in scheduling 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 Andrew Kennedy at andrew.j.kennedy16.mil@army.mil or call 605-737-6731 for further details, with the solicitation expected to be posted within a week of this pre-solicitation notice.
    Three (3) Bedroom Serviced Apartment
    Active
    State, Department Of
    The US Embassy in Manila, Philippines, is seeking submissions for a contract to secure a three-bedroom serviced apartment. The primary purpose of this contract is to obtain suitable lodging for official use. Opportunity Details This pre-solicitation notice provides an advance notice that the full solicitation package will be released during the second week of August 2024. The quotation deadline will be specified in the official solicitation. The contract will be awarded to the lowest priced technically acceptable offeror who meets the required qualifications. The contract type will be firm fixed price. All interested parties must be registered in the SAM (System for Award Management) database before the contract is awarded. This is a mandatory requirement, with the registration link provided for ease of access: https://www.sam.gov. Scope of Work The awarded contractor will provide a three-bedroom serviced apartment, including furnishings and amenities, for official use by the US Embassy. The apartment must be located in a safe and accessible area, close to the embassy's current location in Manila. Eligibility Criteria To be eligible for this contract, applicants must have a valid registration in the SAM database and meet the necessary technical requirements. Experience in providing serviced apartments or similar accommodations for diplomatic or government use is advantageous. Funding and Contract Details Funding for this opportunity is expected to come from the State Department's annual budget. The contract will be a firm fixed-price agreement. Submission Process Electronic submissions are permitted and encouraged. Responses must be submitted via email to manilapurchasing@state.gov. Offerors must ensure their submissions are in the specified format: MS-Word 2007/2010, MS-Excel 2007/2010, or Adobe Acrobat (PDF), with a maximum file size of 10MB. If the file size exceeds this limit, it must be split into smaller emails. The submission deadline will be detailed in the official solicitation released in August 2024. Evaluation Criteria The evaluation of submissions will give the highest priority to the offered price, with technical qualifications also being considered. To be considered technically acceptable, applicants must meet all essential requirements outlined in the solicitation. Contact Information For any questions or clarifications, interested parties can contact the US Embassy in Manila, Philippines, via email at manilapurchasing@state.gov or telephone on 63253012000. The US Embassy encourages potential offerors to register and submit their expressions of interest promptly.
    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.
    Room and Conference Package Mandaue City Cebu
    Active
    State, Department Of
    The US Embassy in Manila is seeking quotations for a Room and Conference Package in Mandaue City, Cebu. The contract, planned to be awarded in the fourth week of August 2024, aims to secure accommodations and conference facilities. Prospective vendors must register in the SAM database and adhere to the specified file format and size limitations for their offers. The Embassy requires a comprehensive package that includes accommodations and conference spaces, essential for conducting official business in the region. The contract will be awarded based on the lowest priced technically acceptable offer. This opportunity is specifically for accommodations and conference services in the Philippines, crucial for diplomatic engagements and operations. Vendors interested in responding to this pre-solicitation notice should ensure their SAM registration and prepare their offers in the specified format. Contact details are available for Steven L. Ovard and RANDY D. DAYRIT at the US Embassy, Manila. The solicitation is expected to include further details, with a firm fixed price contract anticipated.