Short Term Lodging, Sacramento, CA 95828
ID: W911SA25QA110Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY

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 provide short-term lodging services in Sacramento, California. This procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 721110, which pertains to hotels and motels. The lodging services are essential for accommodating personnel and visitors, ensuring they have access to comfortable and convenient accommodations during their stay. Interested parties can reach out to Unison Market Place at 877-933-3243 for further details regarding this opportunity.

    Point(s) of Contact
    Unison Market Place
    (877) 933-3243
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Short Term Lodging, Fort Knox, KY 40121
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide short-term lodging services at Fort Knox, Kentucky. This procurement is set aside for small businesses under the SBA guidelines, focusing on the hospitality industry, particularly hotels and motels. The services are essential for accommodating personnel and visitors at the military installation, ensuring a comfortable and efficient lodging experience. Interested parties can reach out to Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com for further details regarding the procurement process.
    Short Term Lodging, East Point, GA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for short-term lodging services in East Point, Georgia. This procurement is aimed at providing lodging accommodations, which are essential for personnel travel and relocation needs, under a Total Small Business Set-Aside. The contract will be awarded through a Combined Synopsis/Solicitation process, and interested vendors can find more details and submit inquiries by contacting Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com. For further information, potential bidders can access the solicitation details through the provided link.
    USCG Berthing San Diego
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for temporary lodging services in Coronado, California, for personnel during Active-Duty Training from May 6 to May 14, 2025. The procurement requires 35 double occupancy rooms for a total of 280 nights at a single hotel location, with specific compliance to the Hotel and Motel Fire Safety Act and an AAA rating of three diamonds. This opportunity is critical for ensuring safe and compliant accommodations for military personnel, emphasizing the importance of service standards and financial clarity in government contracting. Interested small businesses must submit their quotes by March 20, 2025, at 08:00 AM PST, and direct any inquiries to Elizabeth Tam-Hurley at elizabeth.h.tam-hurley@uscg.mil.
    Notice of Intent - Single Source Award to MDM Hotel Group, Limited
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, has issued a Notice of Intent for a single-source award to MDM Hotel Group, Limited, for lodging services. This procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 721110, which pertains to hotels and motels. The services are crucial for supporting military personnel and operations, particularly in the context of travel and relocation needs. Interested parties can reach out to SrA Dylan Booth at Dylan.booth.1@us.af.mil or call 575-572-0106 for further inquiries, while TSgt Mitchell Dawson is also available at mitchell.dawson@us.af.mil or 575-572-4867.
    Notice of Intent - Single Source Award to CONCORD PPF SPG DADELAND OPCO, LLC
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, has issued a Special Notice regarding a single-source award to CONCORD PPF SPG DADELAND OPCO, LLC for lodging services. This procurement is set aside for small businesses under the SBA guidelines and falls under the NAICS code 721110, which pertains to hotels and motels. The services are crucial for providing travel and lodging accommodations, particularly in support of military personnel, and will be performed in Homestead, Florida. Interested parties can reach out to SrA Dylan Booth at Dylan.booth.1@us.af.mil or TSgt Mitchell Dawson at mitchell.dawson@us.af.mil for further inquiries.
    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.
    Design-Build Maintenance and Repair Army Reserve (MRAR) Area Maintenance Support Activity (AMSA) - 98, Sacramento , CA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the Design-Build Maintenance and Repair of the Army Reserve Area Maintenance Support Activity (AMSA) - 98 located in Sacramento, California. The procurement aims to provide comprehensive maintenance and repair services for institutional buildings, ensuring they meet operational standards and requirements. This opportunity is particularly significant as it supports the ongoing functionality and readiness of Army Reserve facilities, which play a crucial role in national defense. Interested small businesses are encouraged to reach out to Bonny Dylewski at bonny.c.dylewski@usace.army.mil for further details, as this contract is set aside for total small business participation under FAR 19.5.
    COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO
    Buyer not available
    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.
    Notice of Intent - Single Source Award to Mooresville Hotel, INC
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a single-source contract to Mooresville Hotel, INC for lodging services. This procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 721110, which pertains to hotels and motels. The services are crucial for accommodating personnel during travel and relocation, ensuring they have suitable lodging while on duty. Interested parties can reach out to SrA Dylan Booth at Dylan.booth.1@us.af.mil or by phone at 575-572-0106, or TSgt Mitchell Dawson at mitchell.dawson@us.af.mil or 575-572-4867 for further details.
    Request for Quotation (RFQ) to procure lodging in kind and meals in support of the 377th Military Police Company
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command – New Jersey, is soliciting quotations for lodging and meal services to support the 377th Military Police Company during their active duty from March 29 to April 1, 2025, in Cincinnati, Ohio. The procurement requires a total of 30 room nights and 171 meals, including breakfast, lunch, and dinner, to accommodate military personnel within a 30-mile radius of the unit's home station. This opportunity is critical for ensuring that service members receive appropriate accommodations and meals while adhering to federal procurement standards and regulations. Interested vendors must respond to the solicitation by providing a firm fixed price proposal that complies with the specified requirements, including registration in the System for Award Management (SAM) and adherence to government per diem rates. For further inquiries, potential bidders can contact Polia Quiles at polia.m.quiles.civ@army.mil or Katie J. Lyons at katie.j.lyons.civ@mail.mil.