Retreat BPA - Amendment 2
ID: FA500025Q1001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5000 673 CONS LGCJBER, AK, 99506-2501, USA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL (V231)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide lodging and related services for military retreats through a Blanket Purchase Agreement (BPA) at Joint Base Elmendorf-Richardson (JBER) in Alaska. The requirements include accommodations for up to 40 couples or 30 singles, along with conference space, food service, and recreational activities, all within a relaxed environment located at least 40 miles from JBER and operational year-round. This BPA is crucial for supporting the personal and relational development of military personnel, with a maximum value of $600,000 over a five-year period. Interested vendors must submit their proposals by April 11, 2025, and direct any inquiries to Beau Burton or Cyrena Chairvolotti before March 28, 2025.

Files
Title
Posted
Mar 19, 2025, 10:06 PM UTC
The document outlines a Combined Synopsis/Solicitation issued by the Department of the Air Force for a Blanket Purchase Agreement (BPA) to secure commercial lodging services at Joint Base Elmendorf-Richardson, Alaska. The BPA will be effective for five years, accommodating up to 40 couples or 30 singles for retreats in a stress-free environment, ideally located at least 40 miles from the base. Key procurement specifications are included, such as the NAICS code (721110) for hotels, with a maximum call limit of $35,000 and an overall cap of $600,000. Vendors are invited to submit quotations that comply with outlined technical and pricing criteria, rated on a pass/fail basis for acceptability. The selection will favor the lowest priced offer that meets all specifications. The solicitation contains numerous federal acquisition clauses, including those related to ethics, sustainability, safety, and labor standards, ensuring compliance with federal regulations. Interested parties must submit their quotes by April 2, 2025, with inquiries directed to specified Air Force contacts. This solicitation reflects the Air Force's commitment to acquiring essential services while ensuring fiscal efficiency and adherence to regulatory standards.
Apr 4, 2025, 4:10 PM UTC
The document outlines a Blanket Purchase Agreement (BPA) for the provision of an all-inclusive resort facility for military marriage and singles retreats conducted by the 673 ABW Chaplain Corps. The venue must be a year-round resort located at least 40 miles from Joint Base Elmendorf-Richardson, offering a relaxed atmosphere conducive to relationship-building among Airmen and Soldiers. The contractor's responsibilities include providing lodging for up to 30 singles or 40 couples, a dining area with food service (including vegetarian options), and conference rooms equipped with necessary A/V technology. Recreational activities and amenities must also be available. The proposal requires a detailed price list of services, lodging capacities, and meal costs. The government intends to utilize a Government Purchase Card for payments, with individual calls limited to a maximum of $35,000. Contractors must ensure compliance with specified requirements, including SAM registration and acceptance of payment through the Government Purchase Card. This document serves as a formal request for proposals to ensure a successful partnership in hosting retreats that enhance personal and relational growth.
Apr 2, 2025, 6:05 PM UTC
The Department of the Air Force is soliciting quotes for a Blanket Purchase Agreement (BPA) to provide lodging accommodations and related services for Joint Base Elmendorf-Richardson, Alaska. The solicitation, FA500025Q1001, is open to all vendors under NAICS code 721110 (Hotels except Casino Hotels), with a small business standard of $40 million. The BPA will last for five years with a maximum value of $600,000, and each individual call may not exceed $35,000. Services required include lodging, conference space, catering, and cleaning services for up to 40 couples or 30 singles, in a tranquil environment located at least 40 miles from the base. Submissions must include technical details for product evaluation and a price schedule. Evaluation criteria comprise price and technical acceptability, with a focus on overall lowest price while meeting specifications. The government reserves the right to accept quotes without discussions. Vendors must comply with federal regulations and provide necessary representations and certifications. Quotes are due by April 4, 2025, and must be emailed to designated contacts. The solicitation is subject to cancellation at the government's discretion without reimbursement for costs incurred by vendors.
The Department of the Air Force has issued a combined synopsis/solicitation for a Blanket Purchase Agreement (BPA) to secure lodging accommodations over a five-year period for Joint Base Elmendorf-Richardson, Alaska. The solicitation, FA500025Q1001, is open to all qualified vendors under NAICS code 721110, with a maximum BPA value of $600,000. The sought services include lodging, conference space, food service, and associated activities for events hosting up to 40 couples or 30 singles in a conducive environment. Vendors must propose spaces located at least 40 miles from the base and capable of accommodating seasonal usage. Evaluations will focus on price and technical acceptability, employing a pass/fail system for compliance with specifications. The anticipated award will favor the vendor presenting the best pricing that meets the solicitation terms. Vendors must comply with various FAR clauses, ensuring adherence to labor standards and ethical conduct, with documentation submitted through the Wide Area Workflow system for payment. Quotes are due by April 11, 2025, and interested parties must direct inquiries to the specified contracting officers before March 28, 2025. This solicitation reinforces the Air Force's commitment to acquiring essential services through a transparent competitive process.
Mar 19, 2025, 10:06 PM UTC
The Blanket Purchase Agreement outlines the requirements for an all-inclusive resort facility to host military retreats for the 673 ABW Chaplain Corps. The retreats aim to foster positive relationships among Airmen and Soldiers, focusing on both singles and married couples. The selected facility must be located at least 40 miles from Joint Base Elmendorf-Richardson and be open year-round, offering recreational opportunities. Key deliverables include comfortable lodging for multiple nights, meal provisions including buffet style or vouchers, and adequate facilities for conferences and recreational activities. The agreement specifies requirements for equipment, safety, and emergency contacts. Prices are to be all-inclusive, covering lodging, meals, and any additional fees. Appointment of authorized personnel by the contractor for purchasing and adherence to federal regulations is essential. The contractor must also register with the System for Award Management (SAM) and accept payment via Government Purchase Card. The overall goal of the document is to facilitate a supportive environment for military personnel while meeting specific logistical and operational needs within the framework of government procurement processes.
Apr 4, 2025, 4:10 PM UTC
The file addresses inquiries related to a five-year Blanket Purchase Agreement (BPA) for a project near Anchorage. It confirms that pricing can be re-evaluated annually to reflect any changes. Additionally, it clarifies the desired location parameters, specifying that proposals should ideally be within a 40-mile radius of the base but recommends proximity within a maximum travel time of 1 hour and 30 minutes from Anchorage. This document demonstrates the federal government's setup for effective procurement processes, encapsulating key logistical and financial aspects necessary for compliance and strategic planning in upcoming projects. Efforts focus on creating flexibility in pricing while ensuring accessibility for service providers.
Lifecycle
Title
Type
Retreat BPA
Currently viewing
Combined Synopsis/Solicitation
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 (PSFB) in Colorado. The contractor will be responsible for supplying single and double occupancy hotel or motel rooms as needed, ensuring compliance with specified performance standards, including security, sanitation, and amenities, within a 10-mile radius of the base. This procurement is crucial for accommodating military personnel, particularly Air Reserve Airmen, during their assignments and training periods. Interested vendors must submit proposals by November 25, 2029, and can contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further information.
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.
Lodging Accommodation BPA
Buyer not available
The Department of Defense, through the Regional Contracting Office-Hawaii, is seeking to establish a Master Blanket Purchase Agreement (BPA) for commercial lodging accommodations for Army reserve soldiers during Battle Assembly and Rescheduled Training in Hawaii. The BPA will cover lodging needs across the islands of Oahu, Maui, and Hawaii, with the potential for multiple vendors to fulfill fluctuating requirements over a five-year period, from May 1, 2025, to April 30, 2030. This initiative is crucial for ensuring that soldiers have access to suitable accommodations while on duty, with specific room requirements outlined to maintain comfort and quality. Interested vendors must submit their quotes electronically by April 15, 2025, and can direct inquiries to Michael Ehara at michael.m.ehara.civ@army.mil or Jacob Kamelamela at jacob.c.kamelamela.civ@army.mil, with a total funding ceiling of $1 million per vendor.
Request for Information (RFI) FY26 JBER Grounds Maintenace and Snow/Ice Removal Services
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking industry feedback for the Request for Information (RFI) regarding Grounds Maintenance and Snow/Ice Removal Services at Joint Base Elmendorf-Richardson (JBER) in Alaska. The procurement aims to gather insights on draft documents related to the performance work statement, evaluation factors, and proposal instructions, with a focus on ensuring comprehensive grounds maintenance and effective snow and ice removal to maintain safety and operational readiness. These services are critical for promoting healthy ecosystems and ensuring a professional appearance of the base's facilities. Interested parties are encouraged to submit their responses by close of business on April 9, 2025, to the primary contact, Shelby Langston, at shelby.langston.1@us.af.mil, or to Kenneth Gunn at kenneth.gunn@us.af.mil.
Anchorage Air Force Hub Recruiting Office
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for a lease of approximately 1,800 gross square feet of fully serviced office space in Anchorage, Alaska, for an Air Force Recruiting Office. The lease will be for a term of five years, with the government retaining termination rights, and must include parking for up to seven government vehicles. This procurement is critical for supporting military recruitment operations, ensuring that the facility meets specific construction and security specifications as outlined in the associated documents. Interested parties must submit their proposals by April 11, 2025, and can contact Amy DelaCruz at Amy.n.Delacruz@usace.army.mil or call 907-753-2859 for further information.
Anchorage Armed Forces Career Center
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for leasing approximately 3,156 square feet of retail space in Anchorage, Alaska, to serve as an Air Force Recruiting Office. The lease will be a fully serviced agreement for a term of five years, with the government retaining termination rights, and must include provisions for parking for up to 11 government vehicles. This opportunity is critical for supporting the recruitment mission of the Air Force, ensuring that the facility meets specific operational and security requirements as outlined in the attached construction specifications and lease documents. Interested parties must submit their proposals, including a completed Rental Proposal Worksheet and proof of registration in the System for Award Management (SAM), by the close of business on May 8, 2025. For further inquiries, contact Amy DelaCruz at Amy.n.Delacruz@usace.army.mil or by phone at 907-753-2859.
Lodging Laundry BPA
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide lodging laundry services through a Blanket Purchase Agreement (BPA) at Ellsworth Air Force Base, South Dakota. The contractor will be responsible for all personnel, equipment, transportation, and supplies necessary for laundry and dry-cleaning services, including pick-up and delivery, with a focus on maintaining hygiene and service standards for military personnel. This procurement is funded through non-appropriated funds, ensuring that no federal tax dollars are utilized, and the contract is set to cover the period from April 30, 2025, to April 29, 2030. Interested vendors must submit their quotes by April 25, 2025, and can direct inquiries to Matthew Moye at matthew.moye.4@us.af.mil or Ross Duval at ross.duval@us.af.mil.
JBR032 AK National Guard Readiness Center
Buyer not available
The Department of Defense, through the Department of the Army, is seeking proposals for the construction of a new Alaska Army National Guard Readiness Center at Camp Carroll, located in Chenega Bay, Alaska. This Design-Build project encompasses approximately 50,641 square feet and aims to support the training, administrative, logistical, and operational needs of three AKARNG units, including essential facilities such as a general-purpose training bay, assembly area, and administrative offices. The total contract value is estimated at $54 million, with a firm-fixed price structure, and the anticipated notice to proceed is set for September 25, 2025, allowing for a performance period of 1,095 calendar days. Interested contractors must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be available around April 7, 2025. For further inquiries, contact Katherine Green at katherine.green@usace.army.mil or Theresa Afrank at theresa.m.afrank@usace.army.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.
Children and Youth Program Overnight Summer Camp
Buyer not available
The Department of Defense, specifically the U.S. Army's Alaska National Guard, is seeking contractors to provide overnight summer camp services for youth aged 6-18 as part of the Alaska National Guard Child & Youth Program. The camp is scheduled to take place from July 29 to August 2, 2024, near Joint Base Elmendorf-Richardson (JBER) and will require the contractor to facilitate various services, including facility rental, catering, transportation, and specialized activities, all while ensuring adherence to quality standards and safety regulations. This opportunity is crucial for providing a safe and engaging environment for military families, promoting youth development through structured activities. Interested vendors must ensure their System for Award Management (SAM) registration is active and submit any questions by April 25, 2025, with the solicitation available electronically on the SAM website.