SOLICITATION NOTICE
V -- Notice of Intent to Award Blanket Purchase Agreement of Emergency Lodging
- Notice Date
- 6/5/2025 12:50:17 PM
- Notice Type
- Presolicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- 0410 AQ HQ CONTRACT AUG KEY WEST FL 33040-9051 USA
- ZIP Code
- 33040-9051
- Solicitation Number
- W912PX25QA003
- Response Due
- 6/19/2025 12:45:00 PM
- Archive Date
- 07/04/2025
- Point of Contact
- Yasemin Akman-Lloyd, Lina Pino
- E-Mail Address
-
yasemin.akman-lloyd.civ@mail.mil, lian.pino.civ@mail.mil
(yasemin.akman-lloyd.civ@mail.mil, lian.pino.civ@mail.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The Joint Interagency Task Force South (JIATFS) has a requirement for Emergency Lodging Services to provide accommodations and services for personnel, families and pets within the Orlando and Largo Florida. This will be an unrestricted procurement under NAICS Code 721110. It is the Government's intent to issue Blanket Purchase Agreements (BPA) on 30 June 2025. Interested parties must contact POCs to submit pricing no later than 19 June 20205 16:00 EST. Contracted rooms and associated hotel services within Orlando and Largo area for the duration of an emergency evacuation from Key West, Florida area in accordance with the terms and conditions of the PWS for Orlando and Largo FL. Services include room internet with kitchen facilities and/or microwave, small refrigerator, coffee maker, hotel launderette accommodations, and telephonic communications. Hotels shall be equipped with emergency generators and/or emergency lighting throughout the facilities for activation during power outages. Required rooms for Orlando area estimated 400-420 rooms and for Largo area is estimated 100-120 rooms. The hotel shall be in a location which shall pass a Government vulnerability security assessment in accordance with DODI 2000.16, DOD 2000.12 and AR 525.13. Hotel vulnerability security assessment will be conducted for the hotels awarded this BPA. If unable to accommodate all personnel in one (1) facility other hotels facilities shall be in a radius of 10 miles. Hotels shall not be located in a FEMA indentified flood zone or hurricane evacuation zones A or B. The Government may order the services listed on this agreement as needed during the periods 30 June 2025- 5 May 2035. The Performance Work Statement (PWS) documents are included here and can be requested by email from the contact information below. Offers will not be accepted from any third party agencies. Proposals will be accepted directly from Hotels within the Orlando and Largo areas. All responsible and responsive offers received will be considered. All interested and capable hotels responding to this announcement will be sent pricing lists, BPA terms and conditions, and BPA call ordering procedures. An assessment will be made to determine the hotel's capability and their ability to meet security and vetting requirements once all pricing has been submitted by the hotel. If a hotel is determined to be capable of meeting any and all security and vetting requirements under the attached PWSs, a BPA will then be issued to that hotel for a period not to exceed ten (10) years. Inquiries to this announcement should be directed to the Contract Specialist, Yasemin Akman-Lloyd at Yasemin.akman-lloyd.civ@mail.mil or Contracting Officer Lian Pino at lian.pino.civ@mail.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d97a4416b6ba4787b420a4d5121f52e8/view)
- Place of Performance
- Address: Key West, FL 33040, USA
- Zip Code: 33040
- Country: USA
- Zip Code: 33040
- Record
- SN07467187-F 20250607/250605230049 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |