Commercial Lodging BPA - Peterson SFB
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force, specifically Peterson Space Force Base (PSFB), is soliciting proposals for Commercial Lodging Blanket Purchase Agreements (BPAs) to provide accommodations for Air Reserve Airmen near Peterson SFB, Colorado Springs, CO. This requirement is a 100% Total Small Business Set-Aside. Multiple BPAs will be awarded for a five-year period. Quotations are due by November 26, 2029, at 10:00 AM MT.
Scope of Work
The contractor will provide commercial lodging services on an as-needed basis for military personnel. This includes single and double occupancy hotel/motel rooms located within 10 miles of 893 Malmstrom St, Peterson, CO 80914. Facilities must offer a minimum of seventeen (17) bookable rooms monthly, suitable and well-lit parking, and adhere to specific room standards (e.g., light/sound attenuation, blackout coverings, security locks, adequate furnishings, 24-hour check-in/out, daily custodial services). Incidental charges are not authorized for government payment.
Contract Details
- Contract Type: Multiple Blanket Purchase Agreements (BPAs)
- Period of Performance: Up to five (5) years from the effective award date
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 721110 (Hotels, except Casino Hotels and Motels)
- Product Service Code: V231 (Lodging, Hotel/Motel)
- Payment: Primarily via Government Purchase Card (GPC); consolidated invoices required. Prices are exempt from local, state, and federal taxes.
Submission & Evaluation
Offerors must submit a Cover Letter, a Capability Statement (max 5 pages), and a Pricing Sheet (max 1 page). Evaluation will be based on two factors: Capability Statement (Acceptable/Unacceptable) and Pricing (Acceptable/Unacceptable). Proposed pricing must not exceed General Service Administration (GSA) Per Diem rates. Bidders must be registered in SAM.gov, possess a CAGE code, and be registered in Wide Area Work Flow (WAWF) for payment.
Key Documents & Amendments
The solicitation has undergone several amendments. The Revised Requirement Statement (April 9, 2025) details the specific lodging and service standards. Amendment 4 (April 9, 2025) provides the latest solicitation details, confirming the 5-year open period for awards. Attachment 4 (Terms and Conditions) outlines BPA operational framework, pricing structure, and payment procedures, including annual rate adjustments. Attachment 7 (Wage Determination, December 22, 2024) specifies minimum wage rates and fringe benefits for El Paso and Teller counties, Colorado, under the Service Contract Act, which is crucial for labor cost estimation. Questions and Answers (December 4, 2024) clarify payment methods, tax exemption, and confirm direct hotel submissions.
Contact Information
- Primary: Tiffany Harley (tiffany.harley.2@spaceforce.mil, 719-556-4761)
- Secondary: Joseph Willard (joseph.willard@us.af.mil, 719-556-4789)