USCG Cherry Point Berthing
ID: 8425QDL9493313005Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDDOL-9NORFOLK, VA, 23510, USA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: RAIL PASSENGER (V213)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for berthing services at MCAS Cherry Point, North Carolina, for Reservists on Active-Duty Training from April 26 to May 10, 2025. The contractor is required to provide a total of 45 rooms, including 32 double occupancy rooms and 13 additional double occupancy rooms, all within 25 miles of the base, ensuring a secure environment with a minimum three-star rating and 24/7 front desk services. This procurement emphasizes the importance of providing adequate and secure accommodations for military personnel during training, while adhering to specific cost and service guidelines. Interested parties should contact Yvett R. Garcia at Yvett.R.Garcia@uscg.mil for further details, as this opportunity is set aside for small businesses under the SBA regulations.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for commercial items issued by the U.S. Coast Guard, specifically detailing the requirements for bidders to provide berthing services from April 26 to May 10, 2025. Key sections include the necessary administrative details such as contact information for the contracting officer, offer due dates, and specifications regarding the invoicing process, which mandates electronic submission. Important clauses highlight the prohibitions against contracting with entities that provide certain telecommunications or video surveillance equipment and compliance requirements concerning Kaspersky Lab products. The solicitation emphasizes the importance of qualification and adherence to guidelines by women-owned, service-disabled veteran-owned, and small businesses, promoting inclusion in federal contracting. The evaluation criteria are based on a Lowest Price Technically Acceptable (LPTA) basis, requiring offerors to demonstrate technical compliance with the Statement of Work (SOW). The document's structure facilitates a clear understanding of the contract's terms, obligations, and evaluation processes, representing USDA's intent to procure services efficiently and within legal frameworks. The purpose aligns with typical government RFPs focusing on compliance, quality of services, and fiscal responsibility.
    The U.S. Coast Guard is requesting proposals for short-term lodging services for Reservists on Active-Duty Training (ADT) at MCAS Cherry Point, NC, for a period from April 26 to May 10, 2025. The contractor must provide accommodations within 25 miles of the location, housing personnel in one facility to facilitate operational logistics. A total of 45 rooms is needed, including 32 double occupancy rooms and 13 additional double occupancy rooms at specified check-in and check-out dates. The lodging facility must meet a minimum three-star rating and provide a secure environment with 24/7 front desk services. Contractual details specify that the government will only cover costs outlined in the purchase order, excluding additional charges such as phone services, room service, or parking, for which individual Coast Guard members will be accountable. Cancellations must be communicated in writing at least 48 hours before check-in. This RFP highlights the importance of secure and adequate accommodations for military personnel during training while maintaining clear terms regarding costs and responsibilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USCG Cape Cod ADT Berthing
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals from qualified small businesses for berthing accommodations at Joint Base Cape Cod, Massachusetts, during the Active-Duty Training period from April 25 to May 10, 2025. The contract requires the provision of 25 rooms within an 18-mile radius of the base, ensuring that all personnel are housed in one location, with a minimum three-star rating for the lodging facility. This procurement is critical for supporting the operational efficiency of Reservists during their training exercises, emphasizing compliance with the Women-Owned Small Business program and specific security requirements. Interested parties must submit their offers by March 6, 2025, and can contact Yvett R. Garcia at Yvett.R.Garcia@uscg.mil for further information.
    15 Hotel Rooms for Six Nights in Port Canaveral, Florida
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for hotel accommodations during a port visit to Port Canaveral, Florida. The procurement requires up to 15 double-occupancy hotel rooms for a six-night stay, equipped with standard amenities and located within a 20-mile radius of the port, adhering to the March 2025 GSA per diem rates. This opportunity is crucial for supporting personnel logistics during military operations, ensuring comfortable and compliant lodging arrangements. Interested vendors must comply with federal contracting regulations, including registration in the System for Award Management (SAM), and can contact Kyle Berg at kyle.r.berg3.civ@us.navy.mil or Stephanie Neale at stephanie.l.neale.civ@us.navy.mil for further details.
    Renovate Break Room and Entrance, B159 DLA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command, is soliciting proposals for the renovation of the break room and entrance at Building 159, Marine Corps Air Station Cherry Point, North Carolina. The project aims to modernize and enhance the facility, with an estimated budget between $250,000 and $500,000 and a completion timeframe of 300 days post-award. This renovation reflects the government's commitment to maintaining operational facilities while adhering to safety and technical standards. Interested contractors must submit their proposals by February 25, 2025, and are encouraged to contact Mason Sholar at mason.l.sholar.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil for further information.
    Lodging for Regularly Scheduled Drills-March 5-25-P.R. Air National Guard
    Buyer not available
    The Department of Defense, specifically the Puerto Rico Air National Guard's 156th Wing, is seeking lodging services for Regularly Scheduled Drills (RSD) from March 5 to 25, 2025, in the San Juan-Isla Verde area. The procurement is set aside for small businesses under NAICS Code 721110, requiring accommodations that include 25 double rooms and 24 single rooms, with adherence to Department of Defense travel rates and quality standards. This contract is crucial for ensuring the operational readiness of military personnel during training events, emphasizing compliance with health protocols and quality assurance measures. Proposals are due by February 24, 2025, and interested vendors should contact Angel F. Solis at angel.solis.2@us.af.mil or 787-253-5238 for further details.
    129 RQW - CY25 Drill Lodging
    Buyer not available
    The Department of Defense, specifically the California Air National Guard's 129th Rescue Wing, is seeking proposals for lodging services to accommodate personnel during drill periods in Santa Clara, California. The contract requires the provision of single and double-occupancy rooms for a one-year term, with the contractor responsible for managing lodging operations independently while adhering to established quality standards and security protocols. This procurement is vital for ensuring that military personnel have reliable accommodations during their training and operational activities. Interested small businesses, particularly those eligible for the Total Small Business Set-Aside, should contact CMSgt Dana Johnson at dana.johnson.16@us.af.mil or TSgt Austin Breault at austin.breault.1@us.af.mil for further details, with proposals due by the specified deadline.
    Multiple Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a Base-wide Multiple Services contract at Marine Corps Base Camp Lejeune, North Carolina. This procurement aims to secure comprehensive facilities support services, including maintenance and management tasks, under a combination Firm-Fixed Price and Indefinite Delivery Indefinite Quantity (IDIQ) contract structure, with a base period of one year and four optional years. The services are critical for ensuring operational readiness and compliance with safety standards across military facilities, reflecting the government's commitment to maintaining high-quality infrastructure. Interested small businesses must submit their proposals by March 10, 2025, to Donna Mason at NAVFAC MIDLANT ROICC, with a site visit scheduled for February 13, 2025, to facilitate understanding of the requirements.
    Replace All WSHP B496
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the replacement of Water Source Heat Pump (WSHP) units at Marine Corps Air Station in Cherry Point, North Carolina, under project number 7427910. The project involves the complete replacement of existing WSHP units while ensuring minimal disruption to the occupied building, necessitating careful coordination with the Contracting Officer and adherence to strict safety and scheduling protocols. With an estimated cost between $100,000 and $250,000, proposals are due by March 12, 2025, and the contract will be awarded based on the lowest price, with a completion deadline of 270 days post-award. Interested contractors should contact Linda Clark at linda.b.clark14.civ@us.navy.mil or 252-466-4130 for further details.
    935th AT Lodging
    Buyer not available
    The Department of Defense, specifically the Georgia Army National Guard (GAANG), is seeking proposals for lodging services to support its aviation maintenance training scheduled from March 1-14, 2024, at the Aviation Classification & Repair Activity Depot (AVCRAD) in Springfield, Missouri. The contractor must provide accommodations within 10 miles of the facility, including three single-occupancy and fifteen double-occupancy rooms, totaling 432 room nights, along with daily breakfast and parking at no charge. This procurement is crucial for ensuring that the training logistics meet military standards, emphasizing the importance of quality lodging services for military personnel. Interested vendors must submit their proposals by 7:00 AM on February 24, 2025, and can contact Ladell Holmes at ladell.d.holmes2.civ@army.mil or Gregory Hoffman at gregory.d.hoffman2.civ@army.mil for further information.
    Replace Electrical Vault Doors, Frame and Hardware B150 & B148
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of electrical vault doors, frames, and hardware at Marine Corps Air Station (MCAS) Cherry Point, North Carolina, under Project No. 7390922. The project entails the removal and installation of heavy-duty insulated doors and associated hardware, ensuring compliance with safety and fire regulations while minimizing disruption to ongoing operations. This procurement is crucial for maintaining the integrity and security of the facility's infrastructure. Proposals are due by March 11, 2025, with an estimated project cost between $25,000 and $100,000, and interested contractors should direct inquiries to Mason Sholar at mason.l.sholar.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop@navy.mil.
    Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL
    Buyer not available
    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.