Inactive Duty Training Lodging
ID: W50S7T25QA001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M6 USPFO ACTIVITY ILANG 182GREATER PEORIA AIRPOR, IL, 61607-5004, 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 Army, is seeking qualified vendors to establish Blanket Purchase Agreements (BPAs) for lodging services for the 182nd Airlift Wing in Peoria, Illinois. The procurement aims to provide commercial lodging for Air National Guard personnel during Inactive Duty Training, with a requirement for single and double occupancy accommodations over a five-year period from December 1, 2024, to November 30, 2029. This initiative is crucial for ensuring that military personnel have access to safe and compliant lodging during their training obligations, while also managing costs effectively. Interested vendors must submit their quotes by November 19, 2024, at 12:00 p.m. Central Time, and can direct inquiries to SMSgt Ben Yeutson at benjamin.yeutson@us.af.mil or 309-633-5204.

    Point(s) of Contact
    Files
    Title
    Posted
    This Blanket Purchase Agreement (BPA) outlines terms for lodging services for the 182 Airlift Wing in Peoria, Illinois, for a five-year period from December 1, 2024, to November 30, 2029. The agreement requires the contractor to provide lodging for Air National Guard personnel during Regularly Scheduled Drills (RSDs) and related training. It stipulates that room rates must be at or below local per diem rates, include various amenities, and guarantee a safe environment. Specific requirements include room conditions, availability of beds, and amenities such as daily maid service and secure access. The hotel contractor must reserve a set number of rooms for upcoming RSDs and provide a flexible reservation system. Responsibilities include ensuring that each room adheres to health and safety standards, managing invoicing, and adhering to federal employment regulations. The Government is only obligated for purchases made under the BPA, with a maximum spending limit of $250,000 per purchase. This BPA establishes a framework for collaboration between the Airlift Wing and the contractor, ensuring soldiers have appropriate lodging during military obligations while managing costs effectively.
    This document serves as a Quote Sheet for vendors responding to federal or local Requests for Proposals (RFPs), specifically for hotel accommodations in Peoria, IL. It outlines essential vendor information requirements, including name, address, contact details, and business classification regarding small business status and SAM registration. The sheet mandates vendors to provide pricing for single and double room occupancy, ensuring all costs, such as parking, are included. Vendors are instructed to review all accompanying attachments before pricing submission, and quotes should remain valid for a minimum of 60 days. The document must be signed by a representative of the contractor, indicating agreement to the terms. Overall, this structured form is crucial for standardizing submissions and ensuring compliance with government procurement processes.
    The document presents estimated workload data for room occupancy across various months, categorized into single and double room types. It highlights monthly estimated quantities for each room category, indicating periods of higher and lower expected occupancy. For instance, there are fluctuations in projected occupancy, with single rooms estimated at zero for some months and up to ten in others, while double rooms show a consistent estimate of 25 rooms during certain months. This data is provided as a historical reference and does not guarantee future workload quantities. The information is relevant within the context of federal and local RFPs and grants, as it suggests planning and resource allocation for potential service providers in the hospitality or accommodation sector, aiding in their understanding of expected demand patterns.
    The document outlines the procedures and requirements for offerors responding to a Request for Quotation (RFQ) from the National Guard. Offerors must submit quotations via email before the specified closing date and time, and all questions must be sent by the designated deadline. The contract will be awarded based on the best quote, with emphasis on price, technical factors, and past performance. Offerors need to demonstrate relevant experience through at least two contracts, including specific lodging services in the Peoria, IL area. The proposal assessment includes a technical inspection visit of the facilities, adherence to location proximity, and evaluation of past performance. Other obligations include compliance with applicable federal laws and representations regarding telecommunications equipment, labor standards, and tax identification. The document also details the NG Agency Protest Program, offering a resolution process for concerns raised by interested parties. This comprehensive guide ensures that all responses are properly assessed and compliant with government standards, reflecting the government’s commitment to transparency, fairness, and quality in procurement.
    The document outlines authorized and unauthorized hotel locations for lodging associated with the 182nd Airlift Wing in the Peoria Metropolitan area. Unauthorized hotel locations include various establishments in Peoria, Pekin, Morton, and surrounding areas, such as America's Best Value Inn and Motel 6, which are prohibited for use by personnel. Conversely, any hotel within a 25-mile radius of General Wayne A Downing Greater Peoria Airport can be proposed for use, but must undergo inspection and obtain authorization within the past year. This structure ensures that lodging options are vetted for safety and compliance, supporting the needs of military personnel while maintaining regulatory standards. The purpose of this document is to delineate acceptable lodging locations as part of compliance with federal requirements for RFPs, federal grants, and local contracts pertaining to military accommodations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Lodging BPA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to establish one or more Blanket Purchase Agreements (BPAs) for commercial lodging services near the 148th Fighter Wing in Duluth, Minnesota. The procurement aims to provide lodging for government personnel on official business, with a focus on small business participation, particularly those that are service-disabled veteran-owned, women-owned, or located in historically underutilized business zones. The BPAs will have a maximum value of $250,000 and a performance period extending up to five years, with proposals evaluated based on price, availability, and quality in adherence to government rates. Interested contractors must submit their quotes using the provided Quote Sheet and ensure compliance with federal acquisition regulations, with all submissions due by the specified deadline. For further inquiries, contact Rebecca Dimler at rebecca.dimler@us.af.mil or Joshua M. Fish at joshua.fish.1@us.af.mil.
    171st Air Refueling Wing Lodging
    Active
    Dept Of Defense
    The Department of Defense, specifically the Pennsylvania Air National Guard (PAANG), is seeking a qualified contractor to provide lodging services for the 171st Air Refueling Wing in Coraopolis, Pennsylvania. The contract will require the provision of a minimum of 25 double occupancy non-smoking rooms, adhering to a 3-Star hotel standard, within a 10-mile radius of the base, for a period of 12 months starting from the date of contract award. This lodging is essential for supporting the operational readiness of service members during training assemblies, ensuring compliance with federal standards for service provision. Interested vendors must submit their quotes by October 28, 2024, at 10:00 AM Eastern Time, and should direct their responses to the primary contacts, Kaity Fuga and Steve Sisneros, via the provided email addresses. The total award amount for this solicitation is estimated at $40 million, with a focus on small business participation under the Total Small Business Set-Aside program.
    NVANG UTA LODGING DECEMBER 2024 - NOVEMBER 2025
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide lodging accommodations for personnel of the Nevada Air National Guard's 152d Airlift Wing from December 2024 to November 2025. The procurement requires single and double occupancy rooms within a two-mile radius of the 152d Airlift Wing in Reno, Nevada, with an estimated total of 1,495 room nights needed across various training events. This contract is crucial for ensuring that Air National Guard personnel have safe and comfortable accommodations during their duty status for training. Interested small businesses must submit their quotes by November 1, 2024, at 10:00 AM PDT, to the primary contacts Keith Trimble and Alex Norris via email, adhering to all specified requirements in the solicitation documents.
    HDCSO Hotel Lodging FY25 - FY29
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking local hotels to provide lodging services for government personnel at Fort Leonard Wood, Missouri, from November 29, 2024, to November 28, 2029. The procurement aims to establish Blanket Purchase Agreements (BPAs) for fully furnished hotel accommodations when on-post lodging is unavailable, ensuring compliance with health and safety standards while maintaining a maximum nightly rate of $110. This initiative is crucial for supporting military personnel during in-processing and training, with a total estimated contract value of $8.5 million and individual orders capped at $2.5 million in the first year and $1.5 million in subsequent years. Interested hotels must be registered with SAM.gov and 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.
    Short Term Lodging East Point, GA 30344
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for short-term lodging services in East Point, Georgia, under a total small business set-aside. The procurement aims to provide lodging accommodations, which are essential for personnel traveling for official duties, ensuring they have access to comfortable and convenient housing during their stay. Interested vendors can submit their quotes through the Unison Marketplace, with further details available via the provided link. For inquiries, potential bidders can contact Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com.
    Bunkrooms
    Active
    Dept Of Defense
    The Department of Defense, specifically the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), is seeking qualified small businesses to provide lodging services through a Sources Sought Notice. The requirement includes two individually occupied lodging rooms, centrally located between the Controlled Industrial Areas and the Intermediate Maintenance Facility, with a travel time of 5-10 minutes, and operational availability 24/7 for a duration of 365 days. Each room must be equipped with essential amenities such as a bed, linens, a bathroom, and privacy features, along with parking for two vehicles. Interested parties must submit their capability statements by 3:00 PM HST on October 25, 2024, to the primary contact, Colby Teruya, at colby.m.teruya.civ@us.navy.mil.
    Meals Camp Greenlief, NE(Hastings): W912LP-25-Q-4001_8-10 November 2024
    Active
    Dept Of Defense
    The Department of Defense, specifically the Iowa Army National Guard, is soliciting quotes for breakfast and dinner meals for their training event scheduled from November 8-10, 2024, at Camp Greenlief in Hastings, Nebraska. The procurement is exclusively set aside for small businesses under NAICS Code 722320 (Caterers), and the contract will be awarded to the vendor providing the lowest-priced responsive quote that meets the specified meal requirements. This opportunity is crucial for ensuring that military personnel receive adequate nutrition during training, adhering to food safety standards and logistical guidelines. Interested vendors must submit their quotations by October 28, 2024, at 10:00 a.m. CST, and are required to have active registration in the System for Award Management (SAM) to be eligible for the award. For further inquiries, potential bidders can contact Seth Van Steenwyk at seth.a.vansteenwyk.mil@army.mil or Megan Kaszinski at megan.r.kaszinski.civ@army.mil.
    AF Lodging Amenities
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on providing hospitality amenities as part of the Essential Product Program (EPP). This procurement aims to enhance the quality of lodging services at various military installations by supplying essential items such as coffee makers, personal care products, and kitchenware, which are crucial for maintaining guest satisfaction in Temporary Living Facilities and Visitors Quarters. The total budget for this contract is set at $500,000, with proposals due by the specified deadlines, and interested vendors are encouraged to contact Nicholas Gamero at nicholas.gamero@us.af.mil for further details.
    Modular/Mobile Trailer Leasing and Support Services BPA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Modular/Mobile Trailer Leasing and Support Services through a Blanket Purchase Agreement (BPA) for MacDill Air Force Base in Florida. The procurement involves delivering, installing, maintaining, and dismantling temporary modular facilities, including offices and restrooms, to support command and control activities during building changes. This BPA is crucial for ensuring operational continuity and compliance with federal, state, and military regulations, with a total funding ceiling of $9,999,999.99 over a performance period from October 1, 2024, to September 30, 2029. Interested vendors, particularly Service-Disabled Veteran Owned Small Businesses, must submit their quotations by October 30, 2024, and can direct inquiries to Jason Wilkin at Jason.Wilkin.2@us.af.mil or call 813-828-1674.