Commercial On-Base Lodging (COBL) RFP AFCOBL-25-0001
ID: AFCOBL-24-0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8903 772 ESS PKJBSA LACKLAND, TX, 78236-9861, USA

NAICS

Lessors of Other Real Estate Property (531190)

PSC

LEASE/RENTAL OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (X1QA)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Commercial On-Base Lodging (COBL) initiative, specifically under RFP No. AFCOBL-25-0001, which aims to privatize lodging facilities across 23 Air and Space Force installations in the United States. The procurement process involves a two-step evaluation, where Step One assesses Offerors against Minimum Experience Requirements, including significant hotel management experience and cumulative development projects, while Step Two requires a detailed Statement of Qualifications. This initiative is crucial for enhancing the quality of accommodations for military personnel and authorized travelers, leveraging private capital to improve service standards and operational efficiency. Interested parties must submit their proposals by 2:00 P.M. CT on September 5, 2025, and can direct inquiries to the primary contact, COBL Workflow, at afcec.cil.workflow@us.af.mil or the secondary contact, Michelle Robey, at michelle.robey.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines a Lease of Property for Commercial On-Base Lodging (COBL) between the United States Air Force and a private lessee. The lease, effective in 2027 for a 50-year term, grants the lessee rights to design, construct, renovate, finance, operate, and own lodging improvements on 23 specified Air Force and Space Force installations. Key conditions cover the lease term, consideration (lessee's obligations), official notices, equal opportunity and employment laws, government and lessee access rights, outgrants, and comprehensive compliance with applicable laws and regulations, including DoD standards. The document details responsibilities for existing improvements, environmental provisions, and outlines the process for modifications and dispute resolution, emphasizing safety, security, and adherence to federal guidelines.
    This Utility Service Agreement outlines the terms for the U.S. Air Force (Government) to provide essential utility services to a commercial lodging lessee on military installations, authorized by 10 U.S.C. 2872a. The agreement covers electric, potable water, natural gas, and sanitary sewer services across 23 Air Force and Space Force bases. The lessee is responsible for reimbursing the Government for these services, with rates calculated annually based on AFI 32-1061. Key provisions include the lessee's release and indemnification of the Government for service-related liabilities (with exceptions for gross negligence), conditions for service use and interruption, and responsibilities for infrastructure maintenance. The agreement details metering requirements, dispute resolution, and termination clauses for both parties, including provisions for emergency and planned service cessation. Defaults by either party trigger specific remedies. The agreement emphasizes cooperation for smooth transitions and ensures that all services are for the project's sole use, with no third-party beneficiaries.
    This document, Solicitation No. AFCOBL-25-0001, provides a glossary of select terms for a federal government Request for Proposal (RFP) related to a COBL (Contract Operation Building Lease) solicitation process. It defines key terms relevant to the evaluation, communication, and financial aspects of proposals. Important definitions include "Advisors" who assist evaluators, the "Applicant" as the chosen Offeror, and "Audited Financial Statements" for financial verification. The glossary also covers procedural terms like "Clarifications," "Communications," "Discussions," and "Evaluation Notices (ENs)," which detail formal exchanges between the Government and Offerors. Financial and property terms such as "Average Daily Room Rate (ADR)," "Furniture, Fixtures and Equipment (FF&E)," "Generally Accepted Accounting Principles (GAAP)," and "Key Money" are explained. Additionally, it clarifies roles like "Developer of Record" and "Principal Member," and processes like "Source Selection." The document emphasizes adherence to these definitions, which control over general usage, and directs users to RFP Appendix A for further terms. The purpose is to ensure clear understanding and a transparent, legally defensible source selection process for the COBL project.
    The document outlines the required pro forma summary tabs for Solicitation No. AFCOBL-25-0001, focusing on consistent financial and operational reporting for a 50-year lease term. Offerors must submit a pro forma with three specific tabs: one detailing revenue, expenses, and key financial items by fiscal year, conforming to COBL Lease accounting principles; a second tab presenting key operating statistics and financial information for each installation side-by-side for a selected fiscal year; and a third tab for Sources & Uses over the entire 50-year lease term, including categories like private debt, excess NOI, major/minor work, and various expenses. The goal is to ensure standardized presentation of financial outputs for government review.
    The document, Solicitation No. AFCOBL-25-0001, provides standardized financial and operational assumptions for Offerors preparing pro forma statements for federal lodging construction projects. It outlines specific requirements for private mortgages, including a 30-year term, 10-year interest-only period, 8.00% interest rate, and various reserve account funding at closing. Key financial parameters include a 2.5% annual inflation rate and a transfer date of August 1, 2027. The solicitation also details assumptions for hotel operating expenses and reserves, such as 5% of total revenue for replacements, fixed insurance and additional rent costs, and specific utility and property tax costs per installation. It emphasizes that construction costs on military bases will be higher due to factors like Davis-Bacon wages and anti-terrorism requirements, providing examples of recent project costs to guide Offerors in their due diligence.
    The document, Solicitation No. AFCOBL-25-0001, Appendix F, is a comprehensive list of hotel brand chain scales. It categorizes numerous hotel brands by their chain scale (e.g., Midscale, Upper Midscale, Upscale, Upper Upscale) and identifies their affiliation and parent company. The list also indicates if the brand operates in the United States. This file serves as a reference for understanding the various tiers and corporate structures within the hospitality industry, likely for use in federal government RFPs, grants, or state and local RFPs where hotel services or accommodations may be required.
    The document, Solicitation No. AFCOBL-25-0001, is an Offeror's Cover Page for a Request for Proposal (RFP) titled "COMMERCIAL ON-BASE LODGING (COBL) GROUP A PROJECT." This form is designed for companies to submit their essential identification and contact information when responding to the RFP. Key details requested include the company's name, point of contact, street address, telephone number, and electronic mail address. Additionally, the form requires the Unique Entity Identifier (UEI), CAGE Code, and SAM certification expiration date, which are critical for federal government contracting. The cover page also includes a section for the authorized representative and signatory of the offeror to print their name, title, date, and provide their signature, affirming their submission. This document serves as a standardized cover sheet for formal proposal submissions within the context of federal government RFPs, ensuring all necessary administrative information is provided upfront.
    The document, AF Solicitation No. AFCOBL-25-0001, is a COBL Fee Template for federal government RFPs, specifically focusing on financial reporting and fee structures related to hotel operations and development. It outlines various fee categories, including hotel management, centralized and shared services, technical services, asset management, development management, and construction management fees. The template requires offerors to provide estimated input amounts for these fees based on their company's pro forma for Year 11 (FY38). Key instructions emphasize providing inputs in blue cells only, modifying line item categories as necessary to align with the company's approach, and assuming full award of incentive fees, excluding Variable Incentive Components (VIC) for Hotelier or Asset Manager Incentive Fees, which will be set by the Government post-award. The document also references additional information in RFP Section 4.6.2.3 and notes that the template is not subject to Step Two page limitations.
    The document outlines a lease agreement between the United States Air Force and a private limited liability company for the operation of Commercial On-Base Lodging (COBL). Effective from a designated term date, the agreement allows the lessee to design, construct, operate, and manage hotel facilities on specified Air Force installations, benefiting military personnel and families. Key sections cover the lease term, governmental rights of access, compliance with laws, and equal opportunity requirements. The lessee is responsible for adhering to federal regulations, maintaining property conditions, ensuring safety standards, and providing specified occupancy preferences for armed forces personnel. The agreement also emphasizes the government's supervisory role and the lessee's obligations related to environmental assessments, insurance, and financial reporting. With multiple stipulations, the lease is structured to support military missions while promoting public-private partnerships for housing solutions, reflecting the government's emphasis on efficient management and compliance within the federal contracting framework.
    The COBL Utility Service Agreement outlines the provision of utility services for Commercial On Base Lodging (COBL) at multiple military installations, established between the United States Government and the Lessee. The agreement is authorized under 10 U.S.C. 2872a as part of the Military Housing Privatization Initiative and details the responsibilities of both parties concerning the delivery of utilities such as electricity, water, natural gas, and sanitary sewer services. Key stipulations include: the Lessee's obligation to reimburse the Government for utility services consumed, the responsibility of the Government to maintain utility infrastructure, conditions for potential interruptions of services, and a framework for resolving disputes. The agreement also highlights the installation of metering systems for accurate consumption measurement and outlines the procedures for terminating utility services, either by the Government due to emergencies or privatization efforts, or by the Lessee with prior notice. Overall, this agreement sets forth a structured approach to ensure reliable utility provision for lodging facilities, emphasizing accountability, clear roles, and compliance with regulatory standards.
    The document is a glossary of terms related to a specific federal Request for Proposal (RFP) process, particularly aimed at contractors involved in the COBL (Construction of a Business Lease) solicitation. It defines key terms essential to understanding the solicitation, including "Applicant," "Offeror," and "Designated Government Representative." Critical financial terms such as "Audited Financial Statements," "Hard Costs," and "Soft Costs" are also clarified, which are important for potential bidders to comprehend when preparing proposals. The document delineates processes for communication and evaluation during the solicitation, highlighting concepts like "Clarifications," "Discussions," and "Evaluation Factors." Terms such as "Significant Strengths" and "Weaknesses" relate to the assessment of submissions, providing insight into how proposals will be reviewed by evaluators. This glossary is critical for offerors to ensure clarity in terms and expectations throughout the contracting process.
    The document is a glossary of terms for Solicitation No. AFCOBL-25-0001, specifically designed for a government Request for Proposal (RFP) related to leasing. It defines various key terms relevant to the solicitation process, including roles such as Advisors, who provide insights but do not score proposals, and the term Applicant, which identifies the chosen offeror. Financial concepts are outlined, such as Audited Financial Statements and GAAP, alongside terms related to proposal evaluation and selection processes like Evaluation Factors, Clarifications, and Discussions. The glossary also includes categories of costs, distinguishing between Hard Costs (construction) and Soft Costs (associated fees), as well as significant concepts like Key Money, the Reinvestment Account, and the importance of Responses to Evaluation Notices for proposal clarification. The purpose is to standardize language and foster clear communication among stakeholders, ensuring a better understanding of the solicitation procedures and requirements. The document serves as a reference for parties engaged in government contracting and funding opportunities, delineating precise terminology to avoid confusion in the procurement process.
    The government solicitation No. AFCOBL-25-0001 outlines requirements for Offerors submitting pro forma financial summaries as part of their proposals. The document specifies the structure and content to ensure consistent presentation. Offerors must include tabs summarizing revenue, expenses, and critical financial metrics for a 50-year lease term. Key elements include details about room nights available and sold, occupancy rates, average daily rates (ADR), total revenue, departmental expenses, fixed charges, and net operating income. An additional tab should present operating statistics for various installations simultaneously, while a Sources & Uses tab must outline projected financial inflows and outflows over the lease period. This structured approach aims to facilitate an organized evaluation of financial proposals related to managed lodging assets, ensuring transparency and comparability among submissions. Ultimately, the solicitation fosters accountability and strategic financial planning for government-funded projects.
    The document pertains to Solicitation No. AFCOBL-25-0001, outlining requirements for offerors related to financial assumptions for pro forma inputs. It specifies standardized parameters for mortgage, hotel operating expenses, and construction costs to ensure realistic proposals for military lodging developments. Key assumptions include a 30-year mortgage with an 8.00% interest rate, transition costs of $7,000,000, and various reserves funded at closing. The document specifies operating expenditure projections like insurance and utilities based on specific installation data. Additionally, it notes that military construction costs may exceed off-base expenses due to compliance with government standards and market factors. Offerors are encouraged to consider these conditions seriously when responding to the solicitation and to conduct due diligence regarding military construction pricing. Overall, the document serves as a crucial guide for potential contractors to align their proposals with government expectations for military lodging projects.
    The file outlines Solicitation No. AFCOBL-25-0001, detailing a comprehensive list of brand chain scales within various hotel categories, segmented by chain scale affiliation, parent company name, and their operational status in the United States. The document categorizes hotel chains into five main groups—Midscale, Upscale, Upper Upscale, Upper Midscale, and Upper Luxury Chains—highlighting their affiliations to notable parent companies such as Marriott International, IHG Hotels & Resorts, and Wyndham Hotels & Resorts. Each entry includes specific identifiers such as Scale ID and affiliation names, indicating the structure and compliance of these chains within the hospitality industry. This solicitation serves governmental and organizational interests by standardizing and classifying hotel brands, which is likely essential for procurement or contract management within federal grants and state/local RFPs. By providing a clear overview of available chain scales, the document aids in identifying potential partners for hospitality services, ensuring a transparent process and facilitating informed decisions in public contracts and funding applications.
    The document is a Request for Proposal (RFP) for the Commercial On-Base Lodging (COBL) Group A Project, designated as Solicitation No. AFCOBL-25-0001. It includes a cover page intended for offerors to submit their information when bidding for the project. Required details include the name of the company, point of contact, address, contact numbers, email, Unique Entity Identifier (UEI), CAGE Code, and SAM certification expiration date. The document must be signed by an authorized representative of the offeror, confirming their identity and role in the proposal submission. This RFP structure facilitates the standardization of submissions and ensures that all necessary information is provided for evaluation in alignment with federal grant and procurement processes. Ultimately, the document serves to create a clear and organized submission procedure for prospective contractors in the lodging sector associated with military bases.
    The document outlines the financial structure and required input for the management of hotel operation under the AFCOBL-25-0001 solicitation by the federal government. It includes detailed sections on revenue streams such as room revenue, food and beverage revenue, and additional income, alongside associated management fees. It explicitly states the need for offerors to input estimated financial figures in designated sections and emphasizes the importance of adhering to the RFP guidelines, particularly regarding incentive fees and inflation assumptions. The document specifies that no dollar amounts need to be submitted for certain incentive fees, and outlines particular line item categories related to services provided. It serves as a template that requires careful completion with a focus on accuracy and alignment with the government's operational and financial expectations. The government will review these inputs for compliance and feasibility in consideration of hotel management proposals aimed at delivering effective service while also focusing on cost management and revenue generation.
    The Air Force Installation & Mission Support Center is launching the Commercial On-Base Lodging (COBL) Program, an initiative to commercialize on-base lodging facilities across the United States. Currently managing approximately 17,000 rooms, the Department of the Air Force (DAF) has determined that non-appropriated funds are insufficient to sustain and recapitalize its aging lodging portfolio. Approved on January 26, 2024, the COBL program seeks to lease DAF on-base lodging to private sector partners, including national hotel brands, for up to 50 years. This leverages private capital for facility sustainment and recapitalization, aiming to improve service quality to off-base hotel standards and enhance guest satisfaction. The program, which mirrors the Privatized Army Lodging (PAL) success, will reduce the total number of rooms while improving overall quality. The process involves competitive selection of a partner, with an initial
    The document lists attendees for the COBL Industry Forum on May 29, 2025. It includes names, company affiliations, and email addresses of individuals from various organizations. Notable companies present are Arcadis U.S., Inc., Bank of America, Hilton, Hyatt Hotels, IHG Hotels & Resorts, Marriott International, and Red Roof. The file, likely associated with federal government RFPs, federal grants, or state and local RFPs, serves as a record of participants from both public and private sectors, indicating potential collaboration or information exchange within the industry related to government contracting or partnerships.
    The Department of Air Force (DAF) is privatizing its on-base lodging program through the Commercial On-Base Lodging (COBL) initiative, drawing on lessons from the Army’s successful Privatized Army Lodging (PAL) program. This aims to meet lodging mission requirements, improve operational efficiency, expedite renovations, and provide consistent, quality lodging using private capital. The DAF plans to issue a Request for Proposal (RFP) for Group A installations, including Altus, Little Rock, Andrews, MacDill, Barksdale, Maxwell Gunter, Beale, Nellis, Buckley, Robins, Davis Monthan, Seymour Johnson, Dobbins, Shaw, Edwards, Sheppard, Eglin, Travis, Goodfellow, Hurlburt, JB Charleston, JBER, and JBMDL. The acquisition process involves a two-step evaluation: Step 1 assesses Minimum Experience Requirements (MERs) such as development and hotel management experience, while Step 2 evaluates the Statement of Qualifications, including project concept, experience, fees, organizational, and financial capabilities. The DAF will maintain an active landlord role, ensuring compliance with a 50-year lease. The file provides detailed overviews of each Group A installation, including their lodging inventory, historical occupancy rates, revenue, and average daily rates, along with their key missions and operational characteristics.
    The document, "COMMERCIAL ON-BASE LODGING (COBL) NOTICE ID# AFCOBL-25-0001," is a list of companies and their points of contact, phone numbers, and email addresses. This list is associated with the Commercial On-Base Lodging (COBL) initiative by the Air Force. The firms listed include various lodging, real estate, financial, and consulting companies, indicating their interest or involvement in providing lodging solutions on military bases. The document notes that companies wishing to be added to this list should submit their contact information through SAM.gov, and the Air Force will periodically update it. The list was last updated on August 11, 2025.
    The document, "COMMERCIAL ON-BASE LODGING (COBL) NOTICE ID# AFCOBL-25-0001," is a contact list of companies and individuals interested in or involved with commercial on-base lodging. It provides names of companies such as Arbor Lodging, Balfour Beatty Communities, Bank of America, Hilton, Hyatt, Marriott, and others, along with their respective points of contact, phone numbers, and email addresses. The notice, updated as of August 18, 2025, states that firms wishing to be added to this list should submit their contact information through SAM.gov, and the Air Force will periodically update the list. This document serves as a directory for potential partners or interested parties in the COBL initiative.
    The document, titled "COMMERCIAL ON-BASE LODGING (COBL) NOTICE ID# AFCOBL-24-0001," is a list of companies and their points of contact, including phone numbers and email addresses, relevant to the Commercial On-Base Lodging initiative. The list features a diverse range of companies, including lodging providers, financial institutions, construction firms, and consulting services. Notable organizations like Marriott, Hilton, Hyatt, Bank of America, and various military housing developers are included. The document specifies that firms interested in being added to this list should submit their contact information through SAM.gov, and the Air Force will periodically update the list. The last update was on February 26, 2025. This notice serves as a reference for potential partners or contractors involved in providing commercial lodging solutions on military bases.
    The Department of the Air Force (DAF) is initiating the AFCOBL-24-0001 program, a 50-year lease opportunity for redeveloping, operating, and maintaining lodging facilities across approximately 60 DAF installations within the Continental United States (CONUS) and Alaska. This program, which includes Joint Base San Antonio Lackland and Randolph, will not involve OCONUS locations at this time. The DAF currently operates about 17,000 hotel rooms intended for inclusion in COBL, encompassing Visiting Quarters (VQs), Temporary Lodging Facilities (TLFs), and Distinguished Visitor Quarters (DVQs). Offerors responding to future Requests for Proposals (RFPs) will be responsible for proposing their estimated end-state for rooms, brand flags, and the number of hotels per base, based on provided historical data.
    The United States Department of the Air Force (DAF) is seeking proposals for its Commercial On-Base Lodging (COBL) Group A Project, aimed at privatizing on-base lodging facilities across 23 Air and Space Force installations. This Request for Proposal (RFP) outlines a two-step selection process. Step One requires Offerors to meet Minimum Experience Requirements (MERs) in cumulative development (at least $1 billion over 10 years) and major development projects ($50 million each for three projects), along with hotel management experience (10,000 branded rooms or 100 hotels). Step Two involves submitting a detailed Statement of Qualifications (SOQ) focusing on the preliminary project concept, experience, financial returns, organizational capability, and financial capability. The selected Applicant will enter a 50-year lease to upgrade, operate, and maintain lodging, providing quality accommodations for military personnel and authorized travelers while adhering to specific per diem rates and ancillary service guidelines. The project is executed under the Alternative Authority for Acquisition and Improvement of Military Housing legislation.
    The COBL RFP Questions & Answers document clarifies two key points regarding a Request for Proposal. Firstly, it states that there is no incumbent for this RFP. Secondly, it clarifies that a 10% price precedent for a HUBZone small business is not applicable because this is not a Federal Acquisition Regulation (FAR) contract, indicating it operates under different contractual guidelines.
    This document provides a list of companies and their contacts involved in Commercial On-Base Lodging (COBL) under the notice ID# AFCOBL-24-0001. It includes various hotel and lodging companies, construction firms, and consulting organizations, along with the names, phone numbers, and email addresses of key representatives. The purpose of the list is to consolidate relevant contact information for firms interested in participating in federal government RFPs (Requests for Proposals) and grants related to lodging services for the Air Force. Entities wishing to be added to this list are instructed to submit their details via SAM.gov, with the Air Force indicating a periodic update to the list as new submissions are received. By maintaining this directory, the document facilitates communication and engagement between the government and lodging service providers, essential for fulfilling military lodging needs efficiently.
    The Air Force Installation & Mission Support Center is rolling out the Commercial On-Base Lodging (COBL) program to address the deficiencies in the Department of the Air Force (DAF) lodging facilities, which consist of about 17,000 rooms across U.S. installations. Since 2019, DAF Lodging has operated solely on non-appropriated funds, which have proven insufficient for maintaining the aging properties. The COBL initiative, sanctioned in January 2024, aims to leverage private-sector partnerships to enhance service and quality standards by commercializing on-base lodging operations. The plan includes leasing to national hotel brands, allowing for industry-standard quality and using private capital for facility upgrades and maintenance. The phased selection process for private partners will begin with "Group A" installations, and it is anticipated that the total room count will decrease while allowing more flexibility for official travelers regarding lodging preferences. An extensive timeline outlines the key milestones from data collection in 2024 to the potential awarding of contracts by mid-2026. Interested vendors are encouraged to stay informed through the official SAM.gov website, where they can access ongoing updates and opportunities related to the COBL program.
    The U.S. Department of the Air Force is soliciting proposals for the Commercial On-Base Lodging (COBL) Group A Project, which aims to privatize and enhance on-base lodging facilities at various military installations. The initiative seeks to improve accommodations for Airmen, Guardians, and authorized travelers while providing long-term management and operational standards. The solicitation is structured in two phases: Step One involves assessing Offerors’ Minimum Experience Requirements (MERs) related to real estate development and hotel management, while Step Two requires a detailed Statement of Qualifications (SOQ) focusing on project concepts, financial capabilities, and operational plans. The government aims to leverage private sector expertise to modernize accommodations, ensuring compliance with military regulations while achieving high guest satisfaction. Offerors can propose ancillary facilities to enhance lodging services and must adhere to specific guidelines regarding submission format and evaluation criteria. The overall goal is to foster a sustainable lodging model that meets the needs of the military community, demonstrating financial viability and effective management over a projected 50-year lease term.
    The Request for Proposal (RFP) No. AFCOBL-25-0001 from the United States Department of the Air Force seeks proposals for the Commercial On-Base Lodging (COBL) Group A Project. This initiative aims to privatize lodging facilities across various Air Force bases to enhance accommodations for military personnel and their families. The proposal process consists of two steps: the first (Step One) requires submission of Minimum Experience Requirements (MERs) to demonstrate qualifications, and the second (Step Two) involves a comprehensive Statement of Qualifications (SOQ). Key goals include modernizing lodging facilities, ensuring financial management, achieving high guest satisfaction, and maintaining long-term relationships with the government. Offerors participate by responding to specific evaluation factors related to development and hotel management experience. The COBL program is designed to leverage private sector expertise for improved lodging quality and support the morale of Airmen and Guardians. Incorporating best practices, the RFP underscores the importance of meeting operational needs, stakeholder engagement, and compliance with legal and regulatory frameworks. Offerors must prepare for negotiations post-award to finalize lease agreements for ongoing management of the privatized lodging facilities. This strategic initiative reflects the Air Force's commitment to enhancing military readiness through improved lodging accommodations.
    The document outlines the Request for Proposal (RFP) for the Commercial On-Base Lodging (COBL) Group A Project, aimed at privatizing and enhancing lodging facilities for the Department of the Air Force (DAF). The project addresses the accommodation needs of Airmen, Guardians, and authorized travelers, streamlining operations through a long-term lease with private sector expertise. The RFP is structured in two steps: the first assesses Minimum Experience Requirements (MERs) for potential Offerors, focusing on their development and hotel management experience, while the second requires a comprehensive Statement of Qualifications (SOQ) detailing project concepts, organizational capability, and financial projections. Key objectives include modernizing lodging facilities, ensuring financial viability, improving guest satisfaction, and establishing effective management. The document emphasizes the necessity for proposals to demonstrate lines of operation aligned with DAF goals, strategies for ancillary services, compliance with relevant regulations, and a roadmap for transitioning operations smoothly. The evaluation of proposals will be based on best value to the government, with an emphasis on sustainable and quality improvement of accommodations. This RFP reflects the DAF's commitment to enhancing service members’ quality of life while leveraging private sector resources for operational efficiency.
    The Department of the Air Force (DAF) is seeking proposals for the Commercial On-Base Lodging (COBL) Group A project, which aims to privatize on-base lodging facilities to enhance accommodations for Airmen, Guardians, and authorized travelers. The initiative focuses on utilizing private sector expertise to modernize and maintain lodging quality and addresses transient service needs during military relocations and assignments. The Request for Proposal (RFP) outlines a two-step selection process: the first step evaluates Offerors against Minimum Experience Requirements (MERs), while the second involves a detailed Statement of Qualifications (SOQs) to assess capabilities and project concepts. The DAF intends to negotiate a long-term lease with selected Offerors, emphasizing high guest satisfaction, realistic financial management, and compliance with safety and regulatory standards. Offerors are encouraged to propose ancillary facilities that enhance the lodging experience. The RFP references a requirement for compliance to local construction standards while also permitting commercial building practices. Successful candidates will demonstrate significant prior experience in hotel development and management, aiming to achieve project sustainability and adapt to dynamic military needs.
    The document lists attendees from the COBL Industry Forum held on May 29, 2025, including representatives from various companies involved in federal government RFPs, federal grants, and state/local requests for proposals (RFPs). Key attendees are identified by name, company affiliation, and email address. Notable organizations represented include Arcadis U.S., Inc., Bank of America, and several hotel chains like Hilton and Marriott International, as well as construction and consulting firms like CHM Government Services and L.S. Black Constructors. This directory serves to connect stakeholders engaged in collaborations related to government contracts and funding opportunities, facilitating communication and potential partnerships moving forward. By compiling this information, the document aims to enhance networking within the industry and offer a resource for collaboration on future projects aligned with government initiatives.
    The document outlines the Air Force Installation & Mission Support Center's initiative to privatize on-base lodging under the Commercial On-Base Lodging (COBL) program, responding to insufficient funding for maintenance and upgrades of aged facilities. Key figures, including Deputy Assistant Secretary of the Air Force for Installations, lead discussions on the program's goals, which aim to leverage private sector knowledge to enhance lodging operations and accommodate military personnel more effectively. The RFP process is detailed with an estimated timeline, outlining steps for interested offerors, from demonstrating qualifications to submitting proposals. Group A installations targeted for this program include bases such as Travis AFB, Davis-Monthan AFB, and Robins AFB. The proposed financing strategy involves a 50-year lease with considerations for facility renovations and enhanced quality markdowns in alignment with national hotel standards. Attendees are encouraged to submit questions and provide feedback on the draft RFP. Overall, the COBL program aims to improve operational efficiency, enhance mission support, and provide a lodging experience comparable to off-base options, ensuring the Air Force remains responsive to changing service needs and standards while fostering private investment.
    The document outlines the operations and statistics of the Department of the Air Force's Commercial On-Base Lodging (COBL) program across various Group A installations. This includes a comprehensive inventory of lodging types such as Visiting Airmen Quarters (VAQ), Visiting Quarters (VQ), Distinguished Visitors Quarters (DVQ), and Temporary Lodging Facilities (TLF) at bases like Altus AFB, JB Andrews, and others. Each base's lodging inventory is detailed with capacity, occupancy rates, revenue from lodging, and average daily rates spanning fiscal years 2018 to 2024. The purpose of this document is to provide insights into the lodging availability, usage trends, and financial performance at these installations. The analysis reveals the impact of changing demands, including fluctuations due to the COVID-19 pandemic, and highlights the importance of on-base lodging in supporting military operations and training activities. It emphasizes the need for efficient management of these facilities to meet the increasing requirements from military personnel, their families, and distinguished visitors. The report serves as a critical resource for crafting future government proposals, grants, and strategic planning within the Air Force lodging domain.
    This document is a list of companies and contacts related to the Commercial On-Base Lodging (COBL) initiative, specified under Notice ID# AFCOBL-24-0001. It includes various lodging service providers, their points of contact, and respective contact information, such as phone numbers and email addresses. The firms listed, including Arbor Lodging, Balfour Beatty Communities, Hilton, and Marriott, among others, are interested in providing commercial lodging services to military bases. The document is designed to facilitate federal and state agencies in identifying potential partners for lodging services, thereby streamlining the procurement process. It encourages other firms to submit their information via SAM.gov to be included in future updates, showing an intent to maintain a current and accessible directory for contracting opportunities. The purpose of the site is critical in the broader context of government RFPs (Requests for Proposals), grants, and procurement, as it reflects the government's preferential engagement with well-established lodging companies to support personnel stationed at military bases.
    The document serves as a notice for the Commercial On-Base Lodging (COBL) under Notice ID# AFCOBL-24-0001, detailing various companies that provide lodging and related services. A list of contacts from different organizations—including Arbor Lodging, Balfour Beatty Communities, and several hotel chains—highlights key personnel, their contact numbers, and emails. The purpose of the document is to compile a resource for the Air Force to identify firms capable of offering lodging services for military personnel, thereby facilitating sourcing for future Requests for Proposals (RFPs). Moreover, the document encourages other firms interested in being included to submit their information via SAM.gov, ensuring the list remains current and comprehensive as new entrants are added over time. This initiative reflects the government's intent to streamline accommodations for service members and improve operational readiness by engaging various commercial lodging partners.
    The document outlines a commercial on-base lodging (COBL) request for proposals (RFP) under notice ID# AFCOBL-24-0001, primarily intended for solicitation of services from various lodging companies. It lists numerous interested firms along with their respective points of contact, phone numbers, and email addresses, facilitating communication for potential collaborations. The firms mentioned range from well-known hotel chains like Marriott and Hilton to smaller organizations such as The Harvest Pot LLC and Trippin with the Roberts. The listing indicates a robust competition among lodging providers to fulfill the needs of the Air Force, illustrating the diversity of services available. Additionally, it highlights the process for firms willing to be added to the list, directing them to submit their contact information through SAM.gov, emphasizing ongoing updates to this list. The notice is dated February 18, 2025, showing a proactive approach in ensuring up-to-date resources for lodging options in connection with military operations. This document serves as a vital reference for lodging service providers aiming to engage with federal entities and illustrates the government's effort to enhance on-base accommodation for military personnel.
    The Commercial On-Base Lodging (COBL) document (Notice ID# AFCOBL-24-0001) serves as a contact list for various companies interested in providing lodging services on military bases. The list includes multiple firms such as Arbor Lodging, Balfour Beatty Communities, and Marriott, along with their respective points of contact, phone numbers, and email addresses. Each entry is structured to provide essential contact information to facilitate communication between the government and potential contractors. Firms wishing to be added to this list must submit their details through SAM.gov, and the Air Force intends to update the list periodically as new information becomes available. The document underscores the importance of establishing partnerships for lodging services within the military context, pointing towards an effort to streamline procurement and enhance support for military personnel. As of February 23, 2025, the directory remains a vital resource in facilitating federal engagement in contracting and services related to on-base lodging solutions.
    The document outlines a list of companies and their points of contact in relation to the Commercial On-Base Lodging (COBL) initiative, designated by NOTICE ID# AFCOBL-24-0001. It includes essential contact information, such as names, phone numbers, and email addresses of representatives from various lodging and service companies, including Arbor Lodging, Marriott, Hyatt, and others. The list serves as a resource for the Air Force to engage potential partners for lodging services on military bases. Additionally, the document encourages other firms to submit their contact details through SAM.gov for inclusion, indicating that the Air Force will routinely update the list as necessary. The purpose of this compilation is to streamline communication and collaboration with service providers in the context of federal government RFPs and local/state initiatives, reflecting an organized approach in managing lodging contracts for military personnel. This initiative is projected to facilitate better lodging arrangements for service members while ensuring compliance with federal standards and requirements.
    The document outlines a request for proposals (RFP) for Commercial On-Base Lodging (COBL), identified as AFCOBL-24-0001, and provides a list of industry partners and their contact details. The list includes various companies specializing in lodging and hospitality, such as Arbor Lodging, Hilton, and Marriott, among others, along with points of contact, phone numbers, and email addresses for each company, facilitating communication for potential collaboration. The document emphasizes that firms interested in being added to this list should submit their information through SAM.gov, indicating ongoing updates to the contact list. The primary purpose of the document is to connect the Air Force with commercial lodging vendors as part of government procurement processes, enhancing its capabilities to secure lodging services for military personnel. This initiative aligns with federal RFP protocols, capturing the collaborative nature of federal contracting and service provision.
    The document is a contact list for various companies involved in Commercial On-Base Lodging (COBL) and related federal RFPs and services. It includes detailed contact information such as company names, points of contact, phone numbers, and email addresses for each entity listed. The organizations range from lodging providers, like Arbor Lodging and Hilton, to construction firms like Sevan Multi-Site Solutions and LS Black Constructors. The notice ID, AFCOBL-24-0001, suggests a formal solicitation process, inviting interested firms to submit their information through SAM.gov for inclusion. This list likely serves as a resource for the Air Force to facilitate collaboration with potential contractors in the lodging sector. Periodic updates to the list emphasize an ongoing interest in expanding possibilities for contracting opportunities within this domain.
    The document outlines the Lease Agreement for Commercial On-Base Lodging (COBL) between the United States Air Force and a designated Lessee. It provides terms for leasing property to design, construct, and operate lodging facilities for military personnel and families. Key elements include the lease duration, consideration obligations, government and lessee rights to access, supervision, and adherence to various legal and operational requirements. The lease mandates that all activities comply with federal, state, and municipal laws, including construction standards and labor regulations. Responsibilities for maintenance and development are defined, and monitoring for environmental compliance is required. The document also details prohibited uses, such as illegal activities on the premises. Significant provisions highlight the government’s right to oversee operations, access for inspections, and stipulations regarding environmental management. The Lessee must ensure that all improvements comply with applicable laws, and any contractual obligations related to housing must prioritize military personnel. Overall, this Lease Agreement serves as a comprehensive framework to ensure efficient and legal management of lodging facilities while meeting the operational needs of the military and aiding in the privatization efforts of military housing.
    The Department of the Air Force (DAF) responses pertain to Notice ID AFCOBL-24-0001, focusing on the Collaborative On-Base Lodging (COBL) program. The performance locations are approximately 60 DAF installations throughout CONUS and Alaska, including Joint Base San Antonio. The program will not cover lodging requests for overseas installations. Currently, the DAF operates around 17,000 hotel rooms across these bases, which will be incorporated into the COBL program. Responding offerors must propose a comprehensive plan detailing the number and type of hotels at each base, including branding choices, based on historical data and business viability. The program encompasses various lodging options like Visiting Quarters and Temporary Lodging Facilities, ensuring diverse accommodation availability at DAF locations. The DAF’s initiative seeks to modernize and enhance lodging services for military personnel while maintaining operational flexibility across different installations.
    The COBL Industry Forum on May 29, 2025, addressed numerous questions regarding the Air Force's lodging privatization initiative. Key clarifications include the Air Force's flexibility to exercise contract options at any time, installation-specific permitting for construction, and detailed explanations of the 90% per diem cap. The forum also clarified that hotel operators must manage 10,000 rooms or 100 hotels by the Step One submission deadline. Subcontracting is permitted, but the named entity remains accountable. Occupancy data will be provided in Step Two. Priority will be given to Official Travelers, though unofficial travelers are encouraged. Current DAF lodging employees will be subject to Business Based Actions, with no obligation for the new operator to rehire them. The document also outlined details on privatized utilities, financial templates, and security requirements. The Air Force will not dictate specific hotel systems but expects integration with the GDS for Official Travelers. The Independent Construction Consultant ensures compliance, and the Lessee can be a Special Purpose Entity. Insurance requirements will apply to the Hotel Operator, and funds from the Replacement Reserve can be used for renovations with Government approval. Discrepancies in revenue calculations were attributed to incorrect data and inventory changes.
    The COBL Industry Forum on May 29, 2025, addressed a series of questions regarding the Air Force's Request for Proposals concerning lodging operations. Key topics included the flexibility of the Air Force in executing options post-agreement, the management of construction permits, and the 90% per diem cap for room rates. Attendees sought clarification on experience requirements, subcontracting limits, and the handling of Official versus Unofficial Traveler accommodations. The Air Force confirmed that current lodging staff may stay through transitions, while occupancy data will be available and historical trends analyzed for operational adjustments. Importantly, the document outlined that hotel operators must prioritize Official Traveler needs but also facilitate occupancy from Unofficial Travelers when possible. Additional discussions encompassed insurance procedures, historic preservation requirements, and employee management during transitions. Essential documents and guidelines will be provided for successful proposal submissions to ensure compliance and optimal service delivery within Air Force lodging facilities. This comprehensive overview of the session indicated the Air Force's objective to enhance lodging strategies while ensuring effective, accountable management across its establishments.
    The Department of the Air Force's Commercial On-Base Lodging (COBL) Request for Information (RFI#3) addresses key questions regarding an upcoming RFP for on-base lodging solutions. The Air Force aims to evaluate management capabilities based on RFP Section 4.6 and will provide detailed asset information, including financial statements and occupancy data, in Step 2 of the RFP. While prioritizing "hard" brand standards, the Air Force acknowledges that "soft" branding may be necessary for some assets. The government emphasizes a direct relationship with the lessee, developer, and hotelier, allowing direct communication. The RFP, anticipated for release in July or August 2025 with a 30-day response window for Step 1, will include Appendix G, outlining allowable hotel brands. Offerors are responsible for determining the best room mix and amenities based on historical occupancy. The Air Force will not offer flexibility on the 90% GSA per diem ADR cap and will not reimburse expenses if the project fails to close due to external agency decisions. Ancillary revenues are limited to those defined under 10 USC Section 2871 and RFP Section 1.9.a, and the developer and hotelier must be separate entities with no shared ownership.
    RFI #5 addresses questions from offerors regarding a federal government RFP, focusing on lease terms, financial arrangements, and project execution. Key clarifications include the definition of "default" in the lease (Appendix A, Condition 35), the government's duty of "good faith and fair dealing" regarding contractual equity protection, and the opportunity for offerors to object to lease language during the RFP process. The Lockbox Agreement will be negotiated during the negotiation period. The Air Force will not allow equity distributions and is open to financing structures that best meet project needs. Both speed of execution and overall cost are valued, with offerors responsible for proposing the best balance. Refinancing debt is permitted with government approval for use of proceeds. Evidence of financing feasibility requires a non-binding letter or term sheet from a recognized lending institution. Changes in federal minimum wage will not necessarily cause changes in per-diem rates. Offerors can determine who attends site visits, and contact with Air Force Inns staff is permitted after award. Only rooms directly managed by a hotel brand qualify for certain experience requirements, and the definition of "Developer of Record" has been clarified in the updated RFP. The government deems the current RFP language sufficient regarding AbilityOne subcontracting.
    RFI #6 provides clarifications for a federal government Request for Proposal (RFP) related to development projects. Key questions and answers address the flexibility in utilizing construction firms, allowing Offerors to use a singular firm or multiple firms across different locations or work types. The government permits a Design-Bid-Build project delivery method, acknowledging potential adjustments to the final COBL Lease wording. Regarding construction management fees, Offerors should leave the line blank if a construction firm is not part of the offering team and fees will be based on market rates, otherwise, negotiated fees should be included. A strategy involving a third-party hotel management company with separate franchise agreements will not meet the Minimum Experience Requirements (MERs). Finally, for meeting Cumulative Development Experience and Major Development Project Experience MERs, any commercial real estate development, including hotels, offices, multi-family residential, single-family residential, retail, and industrial projects, will count.
    This document, RFI #7 Questions & Answers, addresses common inquiries regarding federal government RFPs, specifically focusing on financial statement requirements and the permissibility of third-party developers. It clarifies that while audited financial statements are preferred, their unavailability is not a disqualifying factor if a valid explanation is provided, although it may influence the assessment of financial risk. Additionally, the document confirms that third-party fee developers are permissible, and their experience can be used to meet Minimum Experience Requirements (MERs) if an exclusive letter of intent and mutual commitment is submitted with the proposal. This guidance aims to provide clarity and flexibility for offerors responding to government solicitations.
    The Department of the Air Force issued a Request for Information (RFI) regarding its Commercial On-Base Lodging (COBL) program, focusing on gathering insights from hotel brand operators. Key highlights include a structured evaluation of management capabilities based on specific criteria, insights into asset types and amenities, and the Air Force's preference for hard-brand standards to ensure guest experience parallels off-base hotels. The document clarifies processes related to proposals, including the necessity for a direct relationship with hoteliers, financial assessments, and facility condition reports available to offerors. While the government aims for a diversified brand mix, it emphasizes clear definitions for project eligibility and revenue inclusivity. Further, responses from the Air Force indicate that no financial guarantees will be provided, and a direct line of communication with hotel operators is expected without intermediary engagement. The RFP process will continue into 2025, with essential details, including historical occupancy data, to guide offeror submissions, reflecting the Air Force's strategic objectives for lodging enhancement on military bases.
    The document, RFI #5, addresses inquiries related to a federal Request for Proposals (RFP) involving a lease agreement with the Air Force. Key topics include clarity on "default" conditions, the government's duty of good faith, and opportunities for applicants to negotiate terms. It confirms no equity distributions allowed for private equity investments and states that refinancing debt is permissible with government approval. The Air Force is open to alternative financing structures that lower project costs, while emphasizing the balance of speed and cost in proposals. Additionally, site visit regulations and clarification on project qualifications are discussed, along with a request to introduce AbilityOne language for subcontracting services, deemed unnecessary by the government. Overall, the document outlines the government's response to applicant concerns, standardizes requirements, and emphasizes compliance with set guidelines as part of the RFP process, ensuring transparency and facilitating project execution.
    The document is a response to questions regarding a draft Request for Proposals (RFP) for construction projects under a COBL Lease. It clarifies several key aspects important for potential Offerors. Firstly, the Government allows flexibility in construction firm selection, permitting either a single lead construction firm or multiple firms for different installations. It acknowledges the validity of both Design-Build and Design-Bid-Build project delivery methods. Additionally, it specifies that Construction Management Fees should relate to construction firms involved, and proposals including third-party hotel operators will not meet Minimum Experience Requirements. Furthermore, any commercial real estate development, including hotels and other property types, is qualified towards meeting experience requirements. The document serves as a critical guide for Offerors to understand compliance and proposal expectations in the context of federal contracting processes.
    Lifecycle
    Similar Opportunities
    Commercial Lodging BPA - Peterson SFB
    Buyer not available
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified small businesses to provide commercial lodging services under a Blanket Purchase Agreement (BPA) for personnel stationed at Peterson Space Force Base in Colorado. The contractor will be responsible for supplying single and double occupancy hotel or motel rooms within ten miles of the base, ensuring compliance with specified performance standards, including security, cleanliness, and accessibility. This procurement is vital for accommodating military personnel, particularly Air Reserve Airmen, during their assignments, with the BPA set to remain open for responses until November 25, 2029. Interested vendors should contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details.
    Hotel Lodging BPA
    Buyer not available
    The Department of Defense, specifically the Oklahoma Air National Guard, is seeking proposals for a Blanket Purchase Agreement (BPA) for hotel lodging services from January 1, 2026, to December 31, 2030. The procurement aims to establish firm-fixed price agreements with lodging vendors to provide billeting services for its members, ensuring compliance with specific requirements such as competitive pricing, private baths, air conditioning, and daily housekeeping. This initiative is crucial for accommodating personnel during training and operational activities, with a maximum call limit of $350,000 per vendor. Proposals are due by December 16, 2025, at 10:00 AM CST, and interested parties must be registered in SAM and submit completed certifications. For further inquiries, contact Kurt A Ennis at kurt.ennis.4@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.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.
    Air Force Installation and Mission Support Center (AFIMSC) STREAMLINING PROCUREMENT FOR EFFECTIVE EXECUTION & DELIVERY (SPEED) Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Air Force Installation and Mission Support Center (AFIMSC), is seeking innovative commercial solutions under the Streamlining Procurement for Effective Execution and Delivery (SPEED) Commercial Solutions Opening (CSO). The primary objective is to acquire advanced technologies and services that enhance project outcomes, particularly in optimizing construction costs and schedules while integrating data-driven insights for improved project performance. This initiative emphasizes collaboration with a diverse range of entities, including non-traditional defense contractors, to address critical challenges faced by the Air Force. Interested parties should note that submissions for the first spiral of proposals are due by November 1, 2025, and can contact Brock Moon at brock.moon@us.af.mil or Nicholas Kimmey at nicholas.kimmey@us.af.mil for further information.
    Air Force Operational Commercial Solutions Opening
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Commercial Solutions Opening (CSO) to acquire innovative commercial items, technologies, and services aimed at addressing various Air Force requirements and capability gaps. This initiative, authorized under Class Deviation 2022-O0007, seeks solutions priced under $100 million that can enhance mission capabilities, streamline operations, or provide technological advancements. Proposals must be submitted via email by September 30, 2026, and will be evaluated based on technical merit, importance to agency programs, and funding availability, with a focus on small businesses as this opportunity is a Total Small Business Set-Aside. Interested parties can reach out to the 87 CONS CSO Team at 87CONS.CSO.Team@us.af.mil for further information.
    AF CyberWorx Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Air Force CyberWorx, is soliciting innovative commercial technologies and services via its Commercial Solutions Opening (CSO) FA7000-23-S-C001, aimed at enhancing critical defense capabilities. The initiative specifically seeks solutions for the Software-Defined Wide Area Network (SD-WAN) Phase II, which will improve the NIPR and SIPR network infrastructure across the USAFE-AFAFRICA area from July 23 to August 13, 2025, by integrating advanced technologies such as SD-WAN, SRv6, IP Address Management (IPAM), and upgraded DHCP systems. This procurement is vital for establishing a robust and secure communication network, ensuring compatibility with existing systems, and maintaining operational excellence. Interested parties should submit their proposals, including a Rough Order of Magnitude for equipment costs, to Gary Monson or Tikiwa Durrell at 10CONS.PK.Cyberworx@us.af.mil, with the submission process involving multiple phases and evaluation based on technical merit and funding availability.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Facilities Acquisitions for Restoration and Modernization (FARM) III program. The primary objective of this RFI is to gather insights on the government's acquisition strategy, particularly regarding the Highest Technically Rated Offeror (HTRO) source selection evaluation approach, and to discuss Joint Certification Program (JCP) certification requirements. This initiative is crucial for ensuring that the selected contractors possess the necessary technical capabilities and past performance to support Department of Defense installations effectively. Interested parties must submit their responses by 11:00 AM CST on December 19, 2025, via email to Robert Mosley and Andrew Waggoner, with proprietary information clearly marked.
    Lodging Support-PALMETTO REACH Saipan/Palau
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for lodging support services under the combined synopsis/solicitation FA441826Q0004 for Operation PALMETTO REACH in Saipan and Palau. The procurement aims to secure accommodations for approximately 123 individuals in Saipan and 79 in Palau from January 6-20, 2026, with specific requirements outlined in the Performance Work Statement, including room occupancy limits, amenities, and custodial services. This opportunity is a 100% Small Business Set-Aside, with proposals due by December 15, 2025, at 12:00 PM EST, and interested parties should direct inquiries to Levi Mowrey at levi.mowrey@us.af.mil or TSgt Patrick Thomas at patrick.thomas.30@us.af.mil.
    PKA Relocatable Facility
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the installation of a 4,032 square foot Relocatable Facility (RLF) at Francis E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to ensure the facility is constructed in compliance with applicable laws and regulations, including the integration of essential utilities and adherence to security and safety protocols. This procurement is part of a market research effort to identify potential small business sources, with responses used to inform future acquisition strategies; interested parties must submit their capability statements and any questions by December 12, 2025, to the designated contacts, 1st Lt Kamary Williams and Liezel McIntyre, via email.
    195 Wing Commercial Lodging
    Buyer not available
    The Department of Defense, specifically the California Air National Guard's 195th Wing, is seeking qualified vendors to establish multiple pre-priced Blanket Purchase Agreements (BPAs) for commercial lodging services. The objective is to provide lodging accommodations for authorized personnel during In-Active-Duty Training (IDT) status, including Regularly Scheduled Drills (RSD) and Rescheduled Drills (RD), with specific requirements for single or double occupancy non-smoking rooms. This procurement is crucial for ensuring that personnel have reliable lodging during training periods, and vendors can propose facilities across multiple locations, with quotes effective for one year and subject to annual review. Interested parties should submit their quotes via the PIEE solicitation module by December 10, 2025, and direct any questions to Carmen Ridener at carmen.ridener@us.af.mil or by phone at 530-790-8944.