Retreat BPA
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
    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
    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.
    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.
    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.
    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.
    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
    Hotel Lodging BPA
    Dept Of Defense
    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/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO
    Dept Of Defense
    The Department of Defense is seeking non-personal lodging services within a ten-mile radius from Peterson Air Force Base in Colorado. This requirement is set-aside for Small Businesses (SB) only and aims to award multiple Blanket Purchase Agreements (BPAs) for commercial lodging services. The lodging services should be able to meet the requirements defined in the Statement of Work (SOW), including the ability to block off rooms for reservation within the approved GSA Per Diem Rates that are Tax Exempt. The awarded BPAs will have a five-year period of performance with a minimum order value of $1.00 up to a ceiling of $500,000.00. Contractors interested in this opportunity should submit a capability statement demonstrating their aptitude and capability to meet all the requirements. The capability statement should include the contractor's name, physical address, point of contact information, verification of SAM Registration and/or DUNs/Cage Numbers, and a small business identification and size capability statement. The awarded BPAs will incorporate all the terms and conditions defined in the solicitation. This opportunity will be open for five years to allow for additional contractors/companies to be considered for award of a BPA. Interested contractors should submit their capability statement to the Contract Specialist and Contracting Officer listed in the document.
    Anchorage Air Force Hub Recruiting Office
    Dept Of Defense
    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.
    JBR050 Aircraft Maintenance Hangar
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a 52,047 square foot Aircraft Maintenance Hangar and Aviation Operations Facility at Joint Base Elmendorf-Richardson, Alaska. This facility will provide essential multipurpose space for the maintenance, repair, and major overhaul of military aircraft, including areas for maintenance bays, technical supply, production control, and quality control related to aviation maintenance for the Alaska Army National Guard (AKARNG). The successful contractor will play a crucial role in enhancing the operational capabilities of military aviation through this construction project. Interested parties can reach out to Michelle Nelsen at michelle.nelsen@usace.army.mil or call 907-753-2527 for further details regarding the solicitation process.
    Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL
    Dept Of Defense
    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.
    J&A-Base Operations Support Services Bridge Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Base Operations Support Services for Fort Wainwright and its subordinate locations in Alaska. The procurement aims to fulfill a requirement under unusual and compelling urgency, as justified in accordance with FAR 6.302, which necessitates the services to be provided without full and open competition. These services are critical for maintaining operational readiness and supporting the daily functions of military installations. Interested parties can reach out to Elisse Teachey at elisse.s.teachey.civ@army.mil or by phone at 808-787-5588, or Keely Pool at keely.k.pool.civ@army.mil or 808-787-8807 for further details.
    Short term lodging JBLM WA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking short-term lodging services at Joint Base Lewis-McChord (JBLM) in Washington. The procurement aims to provide accommodations for personnel, highlighting the importance of reliable lodging options for military operations and personnel support. Interested vendors can find more details and contact the primary support team at Marketplace Support via email at MarketplaceSupport@unisonglobal.com or by phone at 1.877.933.3243. There are no set-asides for this opportunity, and the NAICS code for this procurement is 721110, which pertains to hotels and motels.
    Establish a Blanket Purchase Agreement to Support Fort Sill Overflow Off-Post Lodging/Hotel
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Sill, Oklahoma, is seeking to establish a Blanket Purchase Agreement (BPA) for overflow lodging services for soldiers in-processing or attending training at the Fort Sill army post. The requirement includes providing hotel accommodations within a 10-mile radius of Fort Sill, with specific amenities such as in-room facilities, laundry services, and internet access, to be utilized when on-post housing is at capacity. Interested contractors must submit a capabilities statement by December 23, 2025, detailing their ability to meet the outlined requirements, along with company information and size classification, to the designated points of contact, Brandi O'Daniel and Sommer Roach, via email.
    FTW501 UNACCOMPANIED ENLISTED PERSONNEL HOUSING (PN 64018 BARRACKS) FORT WAINWRIGHT, ALASKA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for the design and construction of unaccompanied enlisted personnel housing at Fort Wainwright, Alaska. This project involves the construction of a barracks to accommodate 320 soldiers, including essential facilities such as living quarters, bathrooms, laundry rooms, and security systems, with an estimated contract value between $150 million and $250 million. The procurement will follow a two-phase source selection process, with evaluations based on factors such as past performance, technical approach, and price, and is scheduled for completion within 880 calendar days from the notice to proceed. Interested contractors must register in the System for Award Management (SAM) and can obtain solicitation documents starting December 29, 2025, by searching for Solicitation Number W911KB26RA004.
    NVANG UTA LODGING JANUARY 2025 - DECEMBER 2026
    Dept Of Defense
    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 at 1776 National Guard Way, Reno, NV, ensuring that all facilities meet public health and security standards. This contract, which will be awarded based on best value criteria including pricing and technical capability, is set aside for small businesses with a total estimated value not exceeding $40 million. Interested vendors must submit their quotes via email to the designated contacts by 10:00 AM PDT on December 17, 2025, and ensure their proposals remain valid for at least 60 days post-solicitation close.