Notice of Intent to Award Blanket Purchase Agreement of Emergency Lodging
ID: W912PX25QA003Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0410 AQ HQ CONTRACT AUGKEY WEST, FL, 33040-9051, USA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL (V231)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Joint Interagency Task Force South (JIATFS), is seeking qualified hotels to provide Emergency Lodging Services for personnel, families, and pets during evacuations from Key West, Florida, with accommodations required in the Orlando and Largo areas. The procurement aims to establish Blanket Purchase Agreements (BPAs) for 400-420 rooms in Orlando and 100-120 rooms in Largo, equipped with essential amenities such as internet access, kitchen facilities, and emergency power, while ensuring compliance with government security assessments and avoiding flood-prone zones. This initiative is critical for maintaining operational continuity during emergencies, with the BPA period extending from June 30, 2025, to May 5, 2035, and interested hotels must submit pricing by June 19, 2025, to the designated contacts, Yasemin Akman-Lloyd and Lian Pino, via their provided emails.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a non-personal services contract for lodging accommodations in Largo, Florida, for government personnel during emergencies, specifically evacuations from Key West. The contract is managed by the Joint Interagency Task Force South (JIATFS) and aims to secure 100-120 hotel rooms equipped with essential amenities including internet access, kitchen facilities, and emergency power. The scope mandates that all hotels pass government security assessments and avoid flood-prone areas. The agreement spans ten years, with specified delivery periods. Key responsibilities of the contractor include maintaining a Quality Control Plan to ensure high service standards and responding promptly to issues, with a hotel representative available for liaison. The contractors are required to comply with various federal and state regulations related to hotel safety and security. Financial procedures stipulate room rates must not exceed government per diem rates, and billing must be submitted in English and U.S. dollars. The government retains the right to modify contractual requirements with appropriate notice. This contract illustrates a focused effort to ensure reliable and secure lodging options for government operations in emergencies while adhering to strict regulatory frameworks.
    The document outlines a Performance Work Statement (PWS) for a non-personal services contract to provide lodging and hotel services for U.S. Government personnel during emergency evacuations in the Orlando, FL area. The contractor is required to supply 400 to 420 rooms with essential amenities, such as kitchen facilities and internet access, and meet safety and security standards specified by the Department of Defense. The scope covers various aspects including the hotel’s compliance with Federal and State regulations, the availability of emergency power, and protocols for billing and invoicing. The contractor must develop and implement a Quality Control Plan (QCP) to ensure service quality and handle any deficiencies proactively without government intervention. Ten delivery periods are scheduled from June 30, 2025, to May 31, 2035, or until a total of $5,000,000 is reached. The document emphasizes the need for the contractor to communicate effectively with designated Government representatives, adhere to operational security guidelines, and accommodate guest needs flexibly, while also clarifying financial obligations and cancellation policies. Overall, this PWS aims to ensure efficient and secure lodging arrangements during emergencies, thereby supporting governmental operational continuity.
    Lifecycle
    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.
    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.
    Commercial Lodging BPA - Peterson SFB
    Dept Of Defense
    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.
    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.
    Kittery/Portsmouth Lodging
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting bids for lodging services in Kittery, Maine, specifically to secure 50 double-occupancy rooms nightly for 135 nights from February 1 to June 15, 2026. The contract, which is set aside for small businesses, requires accommodations that meet specific safety and service standards, including room specifications, weekly maid service, and compliance with fire safety regulations. This procurement is essential for providing safe and comfortable lodging for sailors stationed at the shipyard. Quotes are due by December 20, 2025, at 5:00 PM EST, and interested vendors must be registered in SAM and submit their proposals via email. For further inquiries, contact Alyssa Cress at alyssa.a.cress.civ@us.navy.mil or call 207-994-0740.
    Housing Provider
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the United States Secret Service (USSS), is seeking lodging providers to manage room blocks for the 2028 Olympic and Paralympic Games in Los Angeles, CA. The primary objective is to secure a minimum of fifty (50) rooms at various event venues for durations of 30 to 60 days, ensuring consistent terms, amenities, and flexible cancellation policies without penalties. This procurement is crucial for supporting the National Special Security Event (NSSE) security plan, which necessitates reliable housing for personnel involved in the event. Interested parties must submit their responses by December 30, 2025, at 11:00 AM Eastern Time, and can contact Danielle Donaldson at danielle.donaldson@usss.dhs.gov or Katheryn Dennis at katheryn.dennis@usss.dhs.gov for further information.
    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.
    P215 Joint Interagency Task Force - S
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking contractors for a Design-Bid-Build (DBB) fixed-price construction contract for the P215 Joint Interagency Task Force – South Command and Control Facility in Key West, Florida. The project involves constructing a five-story facility that includes specialized spaces such as a Sensitive Compartmented Information Facility (SCIF), Operations Center, and Network Operations Center, along with robust mechanical and electrical systems designed to withstand Category 5 hurricane conditions. This procurement is significant for enhancing operational capabilities and security for the JIATF-S, with a project magnitude estimated between $250 million and $500 million. Interested contractors must ensure they are registered with the System for Award Management (SAM) and are encouraged to contact Sheila Borges or Lindsay Betteridge for further information, with proposals due no earlier than 30 days after the solicitation is released, which will be available on Sam.gov.
    665th SMC Lodging
    Dept Of Defense
    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.
    Fleet Week Port Everglades Command Center
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Jacksonville, is seeking rental services and equipment for the Fleet Week Port Everglades Command Center, scheduled from April 21 to April 30, 2023, in Fort Lauderdale, Florida. The procurement includes a range of items such as cable TV service, seating, tables, internet connectivity, and telecommunication services to support approximately 40 personnel from various federal and state agencies during this significant Navy-sanctioned event. This Command Center is crucial for facilitating coordination among local, state, and federal entities, ensuring effective communication and support for naval operations and public affairs. Interested vendors can contact Mrs. Peiney Allerton at peiney.t.allerton.civ@us.navy.mil or by phone at 904-337-9324 for further details regarding this opportunity.