Berthing Everett Washington
ID: 70Z08425QSEAT0001Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDDOL-9NORFOLK, VA, 23510, 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 Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses to provide temporary lodging services in Everett, Washington, for personnel from the Port Security Unit 313 during designated Active-Duty Training dates in May 2025. The procurement requires a total of 25 double occupancy rooms for 175 nights, with accommodations located within five miles of Naval Station Everett, adhering to specific standards such as compliance with the Hotel and Motel Fire Safety Act and a minimum AAA rating of three diamonds. Interested vendors must submit their quotes by March 20, 2025, at 08:00 AM PST, and any inquiries should be directed to Elizabeth Tam-Hurley at elizabeth.h.tam-hurley@uscg.mil or by phone at 206-815-3611.

    Point(s) of Contact
    Files
    Title
    Posted
    The document appears to contain fragmented and scrambled data, suggesting it may be a corrupted file or poorly formatted input rather than a coherent government RFP, grant, or related state/local document. The primary focus remains unclear due to the lack of intelligible content. However, it exhibits some patterns typical of governmental documents, such as potential project details, procurement processes, or funding opportunities. If the file were intact, it likely would have included structured information on project goals, application procedures, and eligibility criteria for grants or proposals, aimed at guiding stakeholders through government funding or project initiation. The disorganized nature of the text hampers extracting any meaningful insights about policies or compliance requirements typically found in such documents. Thorough review and reconstruction of the file are essential to derive usable content or insights that could serve participants in the governmental procedural realm effectively.
    The document outlines a Scope of Work for providing temporary lodging for personnel from the US Coast Guard Port Security Unit 313 during designated Active-Duty Training dates in May 2025. The service period extends from May 2 to May 6 and May 14 to May 17, requiring a total of 25 double occupancy rooms for 175 nights. The lodging must be within 5 miles of Naval Station Everett, with all personnel housed at a single hotel, following specific standards, including compliance with the Hotel and Motel Fire Safety Act and a minimum AAA rating of three diamonds. The contract will function as a Firm Fixed Price Purchase Order, with payments managed through Electronic Funds Transfer. The contractor is responsible for ensuring amenities such as free Wi-Fi and inclusive parking charges, while the government will only cover room rates and applicable parking fees. Individual Coast Guard members will be responsible for any additional charges incurred during their stay. The contractor is instructed to handle invoicing for services efficiently, with net payment terms outlined. This document is a formal request for proposals, indicating the government's commitment to providing secure and responsible lodging for its personnel during training exercises.
    The document pertains to various federal and state/local government Request for Proposals (RFPs) and grants, focusing on the procurement processes and guidelines that agencies must follow. It elaborates on the importance of compliance with federal regulations and emphasizes the need for proper documentation and adherence to reporting measures. The text outlines key components such as eligibility criteria for applicants, project scope, and evaluation metrics that agencies will utilize to assess proposals. It also addresses the significance of transparency and accountability in the funding process and encourages collaboration between public and private sectors to achieve targeted outcomes. The overall purpose of the document is to provide a structured framework to facilitate effective grant administration and ensure that awarded projects align with governmental priorities and community needs. This framework is essential for fostering development initiatives while promoting fiscal responsibility and stakeholder engagement.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    USCG Berthing San Diego
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for temporary lodging services in Coronado, California, for personnel during Active-Duty Training from May 6 to May 14, 2025. The procurement requires 35 double occupancy rooms for a total of 280 nights at a single hotel location, with specific compliance to the Hotel and Motel Fire Safety Act and an AAA rating of three diamonds. This opportunity is critical for ensuring safe and compliant accommodations for military personnel, emphasizing the importance of service standards and financial clarity in government contracting. Interested small businesses must submit their quotes by March 20, 2025, at 08:00 AM PST, and direct any inquiries to Elizabeth Tam-Hurley at elizabeth.h.tam-hurley@uscg.mil.
    D13 Lodging accommodation reservations for reservists with US Coast Guard
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure temporary lodging accommodation services for reservists undergoing inactive duty training across Washington, Oregon, Idaho, and Montana. The contract aims to provide high-quality lodging that meets specific requirements, including non-smoking accommodations, appropriate room assignments based on rank, and proximity to U.S. Coast Guard units, ideally within five miles. This initiative is crucial for ensuring the operational readiness and safety of Coast Guard personnel, reflecting the government's commitment to resource allocation in support of its mission. Interested contractors can reach out to Christopher U. Columbres at christopher.u.columbres@uscg.mil or Jonny Ochoa at jonny.a.ochoa@uscg.mil for further details, with a base contract term of one year and four possible extensions, requiring approximately 53 rooms monthly at daily rates ranging from $107 to $248.
    Berthing Port Clinton
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for temporary lodging services for personnel at Port Security Unit 309 in Port Clinton, Ohio, for a total of 36 nights between April 2025 and March 2026. The contract requires the provision of 1,365 double occupancy rooms across specified dates, with accommodations located within 15 miles of the unit, ensuring compliance with safety regulations and a minimum AAA rating. This initiative is crucial for providing organized and quality lodging for military personnel while adhering to government procurement procedures, with the contract structured as a Firm Fixed Price Purchase Order. Interested parties, particularly small businesses, are encouraged to reach out to Elizabeth Tam-Hurley at elizabeth.h.tam-hurley@uscg.mil or by phone at 206-815-3611 for further details and to ensure compliance with submission guidelines.
    Off Center Lodging April 2025 - September 2025
    Buyer not available
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking lodging services for students attending training in Glynco, Georgia, from April 1, 2025, to September 30, 2025. This opportunity is exclusively set aside for small businesses located within a 40-mile radius of FLETC and anticipates multiple firm fixed price awards for an estimated 2,754 lodging rooms, emphasizing compliance with security, safety, and cleanliness standards. The selected contractor will be responsible for managing guest complaints, ensuring privacy protocols for students, and maintaining operational standards, all while adhering to federal contracting requirements. Interested parties must submit a detailed Hotel Services and Prices form by March 17, 2025, and can contact Erin Johnson at erin.johnson@fletc.dhs.gov or 912-267-3297 for further information.
    DACA675260000800 - United States Army Corps of Engineers (USACE) seeks to lease approximately 4,504 gross square feet of retail space in Everett, WA for an Armed Forces Career Center (Military Recruiting Office)
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking to lease approximately 4,504 gross square feet of retail space in Everett, Washington, for an Armed Forces Career Center. The lease will be for a full term of 60 months and must include base rent, common area maintenance, utilities, and janitorial services, with specific requirements for location, accessibility, and compliance with safety standards. This facility will play a crucial role in military recruitment efforts, necessitating a professional office setting that meets various operational and security specifications. Interested parties must submit their proposals electronically by March 31, 2025, and can direct inquiries to Donna Seals at donna.k.seals@usace.army.mil or Mike Arne at Michael.L.Arne@usace.army.mil.
    Groton Lodging
    Buyer not available
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking qualified lodging providers for the Groton Lodging project, aimed at accommodating personnel at Submarine Base New London in Groton, Connecticut. The contract requires lodging facilities to meet specific standards, including a minimum unit size of 400 square feet, sanitary living conditions, secure access, and compliance with fire safety regulations, while also providing essential amenities such as high-speed internet and monthly housekeeping services. This procurement is critical for ensuring safe and comfortable accommodations for military personnel during their assignments, with all offered units subject to site inspections and rates not exceeding government per diem limits. Interested parties should contact Alyssa Cress at alyssa.a.cress.civ@us.navy.mil or call 207-994-0740 for further details.
    Duct heater
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the procurement of a duct furnace, Model SCE-125, to replace a non-functional unit at USCG Base Seattle. This acquisition is set aside for small businesses under NAICS code 333414, focusing on heating equipment manufacturing, and aims to minimize installation costs by utilizing a drop-in replacement that avoids extensive modifications to existing infrastructure. Interested vendors must submit their quotes by March 20, 2025, at 3:00 PM PST, and are encouraged to direct any inquiries to Michelle Myhra at michelle.m.myhra2@uscg.mil. The contract will be awarded based on the lowest price technically acceptable criteria, and all bidders must be registered in the System for Award Management (SAM) prior to award.
    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.
    Ready Crew Berthing Linen Service
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for a Ready Crew Berthing Linen Service at the Air Station in Elizabeth City, North Carolina. The contract requires the contractor to provide laundering services for Coast Guard-owned linens on a flexible weekly schedule, including pickup and delivery, with an estimated weekly processing of 15 bags of linens. This service is crucial for maintaining hygiene and operational readiness within the Coast Guard, ensuring that bedding items are clean and well-maintained for personnel use. Interested small businesses must submit their proposals using the SF-1442 form by the specified deadline, and for further inquiries, they can contact SK1 Luis R. Perez at luis.r.perez1@uscg.mil or by phone at 206-820-1625. The contract duration is set for one year, from March 31, 2025, to March 31, 2026, with a total small business set-aside under NAICS code 812320.
    Recapitalize Family Housing, Station Portage, U. S. Coast Guard Station Portage, Dollar Bay, MI
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors for the recapitalization of family housing at the U.S. Coast Guard Station in Portage, Dollar Bay, Michigan. The project involves the design and construction of five new multiplex housing units, including two three-bedroom and three four-bedroom units, along with infrastructure improvements such as relocating existing structures, upgrading utilities, and enhancing recreational facilities. This initiative is crucial for improving living conditions for Coast Guard personnel and their families, reflecting the federal commitment to quality housing. The estimated project value is approximately $8 million, with a performance period of 980 calendar days, and proposals are due by February 28, 2025. Interested parties can contact Clifford L. Hedgspeth Jr. at Clifford.L.Hedgspeth@uscg.mil or 206-827-1219 for further information.