842nd Beaumont TX Lodging Services
ID: PANROC-24-P-0000_007673Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, 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
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 21, 2025, 12:00 AM UTC
  3. 3
    Due May 5, 2025, 8:00 PM UTC
Description

The Department of Defense, through the U.S. Army Contracting Command – Rock Island, is seeking qualified vendors to provide lodging services for the 842nd Battalion in Beaumont, Texas, as part of the Military Surface Deployment and Distribution Command. The procurement is a 100% Small Business Set-Aside (SBSA) and involves a firm fixed-price Blanket Purchase Agreement (BPA) for accommodations, with a base period from May 16, 2025, to May 15, 2026, and four option periods extending through May 2030. This contract is crucial for ensuring adequate lodging for military personnel, with specific requirements outlined in the Performance Work Statement, including quality standards and security measures. Interested vendors must submit their quotes by April 15, 2025, and direct any questions to Linda Humphrey at linda.d.humphrey.civ@army.mil by April 7, 2025.

Point(s) of Contact
Files
Title
Posted
The Performance Work Statement (PWS) outlines lodging services required by the 842nd Battalion in Beaumont, Texas, executed by contractors under a performance-based acquisition model. Managed by the Military Surface Deployment and Distribution Command (MSDDC), the contract aims to provide accommodations and oversight for military applicants at this location. Contractors are responsible for all resources, including lodging facilities and supervision, with service requirements running from Sunday to Saturday. The PWS specifies a minimum quality standard for lodging, mandating facilities with specific amenities and security measures, including interior corridors and electronic surveillance. Contractors must ensure compliance with general security requirements, including screening for personnel and adherence to Operations Security protocols. Additionally, administrative functions such as invoicing and record keeping are specified, with expectations for detailed monthly billing. Furthermore, procedures for overflow lodging and the handling of accompanying spouses are detailed, emphasizing that the government holds no liability for services associated with spouses. Overall, this document serves as a foundational guideline for soliciting bids from contractors to manage lodging services crucial for military operations, thereby ensuring a safe and efficient environment for military personnel.
Apr 21, 2025, 4:06 PM UTC
The document serves as an addendum to standard contract terms within federal procurement, specifically referencing the incorporation of various regulatory clauses under the solicitation process for commercial items. It outlines essential clauses, including those related to gratuities, anti-kickback measures, labor standards, and whistleblower rights, which ensure compliance and ethics in government contracting. Additionally, the addendum emphasizes the Government's obligation to fund contracts contingent on the availability of appropriated funds, detailing the process for payment requests. Electronic submission of payment requests via the Wide Area WorkFlow (WAWF) is mandated, highlighting the importance of streamlined processes in federal contracting. Contractors must adhere to specific procedures for electronic invoicing and submission of supporting documentation, ensuring accountability and efficient processing of payments. This document plays a crucial role in guiding contractors through compliance and operational procedures within the context of federal requests for proposals (RFPs) and grants, ultimately influencing the management of government contracts for both federal and local entities.
Apr 21, 2025, 4:06 PM UTC
The document is a Request for Quote (RFQ) for hotel accommodations and lodging services for the 842nd Battalion in Beaumont, Texas, spanning multiple contract periods from April 2025 to April 2030. It outlines a structured Price Matrix where offerors must fill in pricing for various lodging options, including single and double occupancy rooms with kitchenettes. Each year consists of a Base Year and four subsequent Option Years, with explicit mention that all accommodations must comply with the Performance Work Statement set for the 597th Lodging Services. The RFQ emphasizes the requirement for proposals to be submitted within specified timelines, ensuring consideration for evaluation based on the total price entered by the offeror. This document is a standard procedure within government procurement processes related to lodging services, aimed at formalizing and streamlining the acquisition of necessary facilities for military personnel.
Apr 21, 2025, 4:06 PM UTC
The U.S. Army Contracting Command – Rock Island has issued a Request for Quote (RFQ) for lodging services for the 842nd Battalion in Beaumont, Texas, as part of the Military Surface Deployment and Distribution Command. This RFQ is a 100% Small Business Set-Aside (SBSA), with a focus on securing competitive pricing and compliance with specified terms in Attachments, including the Performance Work Statement and Price Matrix. The agreement will be a firm fixed-price Blanket Purchase Agreement (BPA), awarded to the lowest priced, responsive vendor meeting all requirements. The RFQ stipulates a base period from May 16, 2025, to May 15, 2026, with multiple option periods extending through 2030. Quotes must be submitted by April 15, 2025, and all questions are to be directed to designated contacts by April 7, 2025. The RFQ outlines that it does not constitute a commitment of funds or an agreement until finalized, emphasizing the competitive procurement process aimed at achieving the best value for the government. Vendors are encouraged to submit their most competitive proposals upfront, as the government aims to minimize exchanges during the selection process.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
841st Charleston SC Lodging Services
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command – Rock Island, is soliciting quotes for lodging services required by the 841st Battalion in Charleston, South Carolina, to support the Military Surface Deployment and Distribution Command. The procurement aims to establish a firm fixed price Blanket Purchase Agreement (BPA) for lodging accommodations, with a focus on small business participation, ensuring compliance with specific performance standards outlined in the Performance Work Statement (PWS). This initiative is critical for providing reliable and secure lodging solutions for military personnel, with a performance period spanning from May 16, 2025, to May 15, 2030, including multiple option years. Interested vendors must submit their pricing by April 15, 2025, and direct any questions to Linda Humphrey at linda.d.humphrey.civ@army.mil by April 7, 2025.
Lodging
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for lodging services required by the 10th Human Response Force (HRF) for an event scheduled from August 15-17, 2025. The procurement involves providing 7 single occupancy rooms and 108 double occupancy rooms for a total of 222 soldiers, with accommodations located in the Dupont area, south of Joint Base Lewis-McChord, WA, ensuring separate arrangements for male and female soldiers. This contract is crucial for supporting military operations and maintaining the welfare of personnel during their activities. Interested vendors must submit their quotes electronically by May 6, 2025, to Fredesvin Quintana at fredesvin.quintana.civ@army.mil, and must be registered in SAM with a valid CAGE code and UEI.
354th Military Police Company Lodging and Meals
Buyer not available
The Department of Defense, through the Army Contracting Command, is seeking proposals for lodging and meal services for the 354th Military Police Company during their active duty mobilization from May 3 to May 6, 2025, in Saint Charles, Missouri. The procurement requires the provision of 57 room nights and meals for 34 service members, including breakfast, lunch, and dinner, while adhering to federal regulations and per diem rates. This opportunity is a Total Small Business Set-Aside, emphasizing the importance of supporting small businesses in federal contracting. Interested vendors must submit their quotes by April 24, 2025, at 10:00 AM EST, and can direct inquiries to Stacey Conner at stacey.r.conner.civ@army.mil or Stephanie Kless at stephanie.g.kless.civ@army.mil.
Short Term Lodging, Augusta, GA
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for short-term lodging services in Augusta, Georgia. This procurement is set aside for small businesses and aims to provide essential lodging accommodations for military personnel and associated travelers. The services are critical for ensuring comfortable and convenient housing during assignments, training, or other official travel. Interested vendors can find more details and submit inquiries through Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com. The solicitation is available for review at the provided link, and all submissions must adhere to the guidelines outlined in the Combined Synopsis/Solicitation notice.
Short Term Lodging, Tampa, FL
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide short-term lodging services in Tampa, Florida. This procurement is set aside for small businesses and aims to fulfill the lodging needs for military personnel and associated staff, ensuring comfortable and convenient accommodations during their assignments. The services are categorized under the NAICS code 721110, which pertains to hotels and motels, and are critical for supporting military operations and personnel welfare. Interested parties can reach out to Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com for further details, with the opportunity available through the provided link for additional information.
LAARNG FY25 Youth Leadership / Camp Pelican Pride
Buyer not available
The Department of Defense, through the Louisiana Army National Guard, is seeking proposals from qualified small businesses to provide catering and lodging services for the 2025 Youth Leadership Camp and Camp Pelican Pride. The contractor will be responsible for accommodating approximately 190 participants from June 22 to June 30, 2025, which includes providing meals, meeting spaces, and recreational activities while ensuring compliance with safety and health standards. This procurement is particularly significant as it supports the participation of women-owned businesses in government contracting, with a firm-fixed price contract to be awarded based on the most advantageous offer. Interested parties must submit their proposals by April 24, 2025, and can direct inquiries to Reva L. Johnson at reva.l.johnson3.mil@army.mil or Crystal Lynn Stiles at crystal.l.stiles2.civ@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.
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.
Lodging Services: The Government requires lodging services for USFK personnel on TDY to various locations within South Korea
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified providers to offer lodging services for U.S. Forces Korea (USFK) personnel on Temporary Duty (TDY) in South Korea. The procurement aims to identify sources capable of delivering comprehensive lodging that accommodates single personnel, ensuring essential furnishings and supplies such as smart TVs and telephones, while adhering to safety and fire regulations. This initiative is crucial for supporting USFK personnel during their assignments, with facilities required to be located near USFK installations, maintain daily cleaning, and potentially provide meal services. Interested companies must submit their capabilities, pricing, and compliance information by April 18, 2025, to SFC Daniel Nyam at daniel.nyam.mil@army.mil or by phone at 315-755-0659. This Sources Sought Notice is part of market research and does not constitute a solicitation for a contract, which may last one base year with four options.