Lodging Support-PALMETTO REACH Saipan/Palau
ID: FA441826Q0004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4418 628 CONS PKJOINT BASE CHARLESTON, SC, 29404-5021, 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 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.

    Files
    Title
    Posted
    The Palmetto Reach Lodging Performance Work Statement outlines the requirements for lodging services for Operation PALMETTO REACH 2026. This federal government RFP seeks to secure accommodations for approximately 123 individuals in Saipan and 79 in Palau from January 6-20, 2026. The PWS details general requirements for rooms, including occupancy limits, bed types, amenities, 24-hour check-in/out, and daily custodial services. It also specifies procedures for check-in/check-out, invoicing, and payment, clarifying that incidentals are not covered by the contract and outlining the consolidated invoicing process. The document emphasizes that only a warranted Contracting Officer can modify the contract and highlights the government's quality assurance process through on-site inspections and customer feedback.
    This government file, FA441826Q0004, outlines various clauses and regulations applicable to federal acquisitions, particularly for commercial products and services. It covers crucial areas such as the prohibition on acquiring covered defense telecommunications equipment or services, antiterrorism/force protection policies for defense contractors operating outside the United States, and detailed instructions for electronic payment submissions via the Wide Area WorkFlow (WAWF) system. Additionally, the document includes comprehensive offeror representations and certifications, addressing aspects like small business status, Buy American Act compliance, certifications regarding responsibility matters, and prohibitions against contracting with inverted domestic corporations or entities engaging in certain activities related to Iran. The file also touches on public disclosure of greenhouse gas emissions and reduction goals, and restrictions on internal confidentiality agreements for whistleblowers. These clauses ensure compliance with federal laws, executive orders, and defense-specific regulations throughout the acquisition process.
    The 628th Contracting Squadron is issuing Request for Quotation FA441826Q0004 for Palmetto Reach Lodging Support. The solicitation, open to all businesses, seeks lodging services in Saipan and Palau as per the Performance Work Statement (PWS). Quotations are due by 12:00 PM EST on December 15, 2025, and should be submitted to the 628th Contracting Squadron at Joint Base Charleston. The request specifies details for vendor submission including pricing, delivery, and business information. This RFQ aims to procure essential lodging services to support operations in the specified locations.
    This Combined Synopsis/Solicitation (FA441826Q0004) is a 100% Small Business Set-Aside for "PALMETTO REACH LODGING SUPPORT" at Joint Base Charleston, SC. The Request for Quotation (RFQ) seeks proposals for lodging services in Saipan and Palau (NAICS code 721110, Hotels (Except Casino Hotels), with a size standard of $40.0M). Offerors must submit pricing, a technical description, company information (SAM UEI, CAGE Code), completed representations and certifications, and acknowledge amendments by the RFQ due date of December 15, 2025, at 12:00 P.M. EST. Award will be made to the lowest-priced, technically acceptable offeror, as per Simplified Acquisition Procedures (FAR 13.106) and FAR 12.602. Funding is contingent upon availability. Questions are due by December 10, 2025. Attachments include the Performance Work Statement, Provisions and Clauses, and the RFQ Pricing Sheet.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Portable Office Space - PALMETTO REACH Saipan/Palau
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the provision of portable office space for the PALMETTO REACH project at Saipan and Palau, specifically at Palau International Airport and Saipan International Airport. The procurement requires the delivery of two portable office spaces, each comprising approximately 3,000 square feet divided into three double-wide trailers, fully equipped with necessary furnishings, power, and safety features, to be operational by January 2026. This opportunity is a 100% Small Business Set-Aside under NAICS code 531120, emphasizing the importance of compliance with federal regulations and the provision of technical and pricing information as outlined in the Request for Quotation (RFQ) FA441826Q00043. Interested vendors must submit their quotes by December 15, 2025, at 12:00 PM EST, and can direct inquiries to Levi Mowrey at levi.mowrey@us.af.mil or Patrick Thomas at patrick.thomas.30@us.af.mil.
    Vehicle Rental -PALMETTO REACH Saipan/Palau
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for vehicle rental services under the combined synopsis/solicitation FA441826Q00041, specifically for the Palmetto Reach mission in Saipan and Palau. The procurement requires the contractor to provide a total of 56 vehicles, including 5-passenger cars, 7-passenger vans, and a heavy-duty pickup truck, with stringent specifications regarding vehicle condition and delivery timelines set for January 2026. This opportunity is crucial for supporting the 437th Airlift Wing's operations, ensuring reliable transportation during the mission. Interested small businesses must submit their quotes by December 15, 2025, at 12:00 PM EST, and can direct inquiries to Levi Mowrey at levi.mowrey@us.af.mil or by phone at 843-963-5857.
    Portable Toilets - PALMETTO REACH Saipan/Palau
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for portable toilet and vehicle rental services under the combined synopsis/solicitation RFQ FA441826Q00042 for the PALMETTO REACH project in Saipan and Palau. The procurement requires the delivery and servicing of four portable toilets and two handwashing stations at each location, with services including installation, cleaning, and maintenance from January 14-20, 2026. This opportunity is a 100% Small Business Set-Aside, emphasizing the importance of compliance with federal acquisition regulations and ethical business practices. Interested vendors must submit their quotes by 12:00 PM EST on December 15, 2025, and can contact SrA Levi Mowrey at levi.mowrey@us.af.mil or 843-963-5857 for further details.
    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.
    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.
    665th SMC Lodging
    Buyer not available
    The Department of Defense, specifically the South Dakota Army National Guard, is seeking commercial lodging services for an upcoming event in Mitchell, SD, scheduled from November 13 to November 15, 2025. The requirement includes providing a total of 153 rooms, with an estimated 51 rooms needed per night for the duration of the stay. This procurement is categorized as a total small business set-aside under FAR Part 19.5, and the contract will be awarded as a Firm Fixed Price, contingent upon the availability of fiscal year 2026 funds. Interested vendors can reach out to Andrew Kennedy at andrew.j.kennedy16.civ@army.mil or by phone at 605-737-6731 for further details, with the solicitation expected to be posted within a week of this presolicitation notice.
    NVANG UTA LODGING JANUARY 2025 - DECEMBER 2026
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide lodging accommodations for authorized personnel of the Nevada Air National Guard's 152d Airlift Wing from January 2025 to December 2026. The procurement requires single and double occupancy lodging within a three-mile radius of the 152d Airlift Wing located in Reno, NV, ensuring that all facilities meet public health and security standards. This contract is vital for supporting training activities and will be awarded based on best value criteria, including pricing and technical capability. Interested vendors must submit their quotes via email to the designated contacts by 10:00 AM PDT on December 17, 2025, with a firm-fixed-price contract anticipated.
    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.
    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.
    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.