IDT LODGING WICHITA
ID: W912JC25QA009Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M9 USPFO ACTIVITY KS ARNGTOPEKA, KS, 66611-1169, 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 Defense, specifically the Kansas Army National Guard (KSARNG), is seeking qualified contractors to provide lodging services in Wichita, Kansas, for military personnel attending home station training events. The procurement involves establishing Blanket Purchase Agreements (BPAs) for hotel accommodations, requiring the contractor to offer both single and double occupancy non-smoking rooms, with specific amenities and services, including 24-hour check-in/check-out and daily custodial services. This contract is crucial for supporting the training needs of the KSARNG units, with a performance period from October 1, 2025, to September 30, 2026. Interested vendors must submit proposals by August 16, 2025, and direct any inquiries to Kristy Rubio at kristy.a.rubio.civ@army.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for a contract to provide hotel services in Wichita, KS, specifically for the Kansas Army National Guard (KSARNG) during their training cycles. The contractor is responsible for all aspects of lodging services, maintaining personnel for uninterrupted service and ensuring compliance with applicable regulations. The contract will be established as a Blanket Purchase Agreement (BPA) with a base period of five years and includes specific provisions for room types, availability, sanitation, and amenities. Key obligations include providing single and double occupancy rooms, maintaining adequate living conditions, and fulfilling customer service needs while ensuring compliance with federal and state standards. The contractor will also be required to report labor hours through a secure data collection site. Essential safety and quality assurance measures, including housekeeping and linen services, are mandated, with performance evaluated against established standards. The PWS emphasizes the government’s non-supervisory role over contractor personnel, shifting accountability to the contractor while establishing a framework for effective communication and issue resolution. In conclusion, the document serves as a foundational guideline for lodging services to support military training, ensuring a structured and reliable accommodation process for service members.
    This Performance Work Statement (PWS) outlines the requirements for Blanket Purchase Agreements (BPAs) to provide hotel services in Wichita, KS, for the Kansas Army National Guard (KSARNG). The contract aims to establish a five-year BPA for lodging accommodations to support units undergoing home station training. The contractor is responsible for providing all necessary personnel, equipment, and materials, with no government-furnished property. Key requirements include providing single and double occupancy non-smoking rooms, with smoking rooms permissible if requested and available. Lodging calls will be initiated by authorized personnel, and rooms will only be provided to individuals on an approved rooming list. The contractor must ensure 24-hour check-in/check-out services, with rooms meeting specific amenity standards, including adequate living space, lighting, security locks, and functional bathrooms. Daily custodial and weekly linen services are mandatory. Room rates must not exceed GSA locality rates. The PWS also details administrative requirements, such as service contract reporting, contractor employee identification, adherence to anti-trafficking policies, and conflict of interest guidelines.
    The Performance Work Statement (PWS) outlines the requirements for a contractor to provide hotel lodging services to the Kansas Army National Guard (KSARNG) units in Wichita, KS, under a Blanket Purchase Agreement (BPA) with a five-year duration. The primary goal is to facilitate lodging for units attending home station training without the government exercising supervision over service providers, who will report solely to the contractor. The contractor is responsible for providing a sufficient workforce, ensuring all personnel are qualified with necessary licenses, and maintaining service quality in compliance with federal and state regulations. The PWS specifies performance expectations, including room availability, cleanliness, and amenities in lodging facilities. Additionally, it details contractor obligations regarding holidays, service location requirements, billing for incidental charges, as well as procedures for monitoring performance and compliance with government and organizational standards. The document emphasizes a zero-tolerance policy on human trafficking and mandates proper identification for contractor employees. By maintaining a structured approach to service provision, the agreement aims to ensure effective and satisfactory lodging solutions for KSARNG personnel during their training cycles.
    This document addresses questions regarding solicitation W912JC25QA009, which seeks lodging for military personnel. Key details include an estimated need for 109 double occupancy rooms per night, typically on the first weekend of the month, though specific dates can vary. The requirement is for lodging in Wichita, KS, with two armory addresses provided: 2808 N New York Ave, Wichita, KS 67219, and 3617 S Seneca, Wichita, KS 67217. The contractor will receive 30 days' notice for room requests, cancellations, or increases. Subcontracting is permitted. This is a new requirement, so no historical data is available. Incidentals are not to be covered by individual guests; the unit POC must be notified. Invoices will be processed through the WAWF system. Complimentary parking is desired if included with the standard room. Multiple BPAs may be awarded based on qualified vendor quotes.
    The document, W912JC25QA009, outlines the terms and conditions for federal government solicitations, incorporating various clauses related to compliance, ethics, and operational requirements. Key sections detail clauses incorporated by reference, covering areas such as compensation of former DoD officials, whistleblower rights, safeguarding defense information, and prohibitions on certain telecommunications equipment (e.g., Huawei, ZTE, Kaspersky Lab, ByteDance, and from the Xinjiang Uyghur Autonomous Region and Maduro Regime). It also addresses business operations with the Maduro Regime and transportation of supplies by sea. The document specifies detailed procedures for Wide Area WorkFlow (WAWF) payment instructions, including document types and routing data. Furthermore, it defines evaluation criteria for commercial products and services, emphasizing technical capability, past performance, and price reasonableness. The
    The document outlines a series of clauses incorporated by reference for a government procurement related to federal grants and RFPs. Central to the document are regulations governing contractor responsibilities regarding employee rights, cybersecurity measures, and business practices related to former DoD officials, supply chain security, and telecommunications services. Key sections include requirements for compliance with whistleblower protections, safeguarding classified information, and prohibitions on certain telecommunications and video surveillance services. The contract evaluation criteria focus on technical capability, past performance, and price, emphasizing a comprehensive evaluation to ensure that offers are both reasonable and complete. The evaluation process prioritizes the government’s ability to assess distinct bids based on these defined factors. Overall, this document serves as a guideline ensuring that the contractors adhere to federal standards while fostering compliance and accountability in federal contracting processes. This structured approach aids in protecting governmental interests and ensuring the effective utilization of public funds and resources.
    Lifecycle
    Title
    Type
    IDT LODGING WICHITA
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    665th SMC Lodging
    Buyer not available
    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.
    195 Wing Commercial Lodging
    Buyer not available
    The Department of Defense, specifically the California Air National Guard's 195th Wing, is seeking qualified vendors to establish multiple pre-priced Blanket Purchase Agreements (BPAs) for commercial lodging services. The objective is to provide lodging accommodations for authorized personnel during In-Active-Duty Training (IDT) status, including Regularly Scheduled Drills (RSD) and Rescheduled Drills (RD), with specific requirements for single or double occupancy non-smoking rooms. This procurement is crucial for ensuring that personnel have reliable lodging during training periods, and vendors can propose facilities across multiple locations, with quotes effective for one year and subject to annual review. Interested parties should submit their quotes via the PIEE solicitation module by December 10, 2025, and direct any questions to Carmen Ridener at carmen.ridener@us.af.mil or by phone at 530-790-8944.
    NVANG UTA LODGING JANUARY 2025 - DECEMBER 2026
    Buyer not available
    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 in Reno, NV, ensuring that all facilities meet public health and security standards. This contract is vital for supporting training activities and will be awarded based on best value criteria, including pricing and technical capability. Interested vendors must submit their quotes via email to the designated contacts by 10:00 AM PDT on December 17, 2025, with a firm-fixed-price contract anticipated.
    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.
    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.
    Short term lodging JBLM WA
    Buyer not available
    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.
    Fort Riley DFA J&A Extension
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking an extension for the ordering period of a Firm-Fixed-Price (FFP) contract for Dining Facility Attendant (DFA) services at Fort Riley, Kansas. This contract, valued at approximately $4,924,434 over a 12-month period, will support the dining needs of 16,000 Soldiers by providing services across four dining facilities, a kiosk, and a mobile food truck. The extension is projected to commence on March 1, 2023, and will utilize fiscal year 2023 Operations and Maintenance, Army funds. Interested parties can reach out to Katelyn Staats at katelyn.n.staats.civ@army.mil or Ronald Kabat at ronald.l.kabat.civ@army.mil for further information.
    FY 26 RTI Catering
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for catering services to provide prepared breakfast, lunch, and dinner meals for the 129th Regiment (Regional Training Institute) of the Illinois Army National Guard during training events from January 2 to September 25, 2026. The contract, valued at approximately $9 million, is a small business set-aside and will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method, requiring adherence to strict food safety, sanitation, and delivery protocols as outlined in the Statement of Work. This procurement is crucial for ensuring that military personnel receive nutritious and varied meals during their training, with specific meal plans detailed in the accompanying documents. Interested vendors must submit their quotes by December 19, 2025, and can direct inquiries to Stephanie Maley at stephanie.c.maley.civ@army.mil or Donald Piper at donald.g.piper6.mil@army.mil.
    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.
    Atlanta Hotels Holiday Block Leave
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Moore, is seeking quotes for hotel accommodations to support the holiday block leave mission for the 194th Armored Brigade in Atlanta, Georgia. The requirement includes booking king and double rooms with private bathrooms for the dates of December 18-20, 2024, and January 2-4, 2025, within a 1-2 mile radius of the Atlanta Airport Gateway Center, ensuring easy access to the SkyTrain Station. This initiative is crucial for facilitating safe travel for military personnel during the holiday season, emphasizing the need for adequate lodging and transportation services. Interested small businesses must be registered in SAM.gov and submit their proposals electronically by December 15, 2024; for further inquiries, they can contact Stacia M. Rivers at stacia.m.rivers.civ@army.mil or Saundra M. Love at saundra.m.love.civ@army.mil.