171 MSG/MSC intends to utilize this Request for Quote (RFQ), under solicitation number W50S91-25-Q-A004, to award without discussions, a Firm Fixed Price (FFP) type contract for the services to support the 258th Combat Airfield Operations Squadron (CAOS), Pennsylvania Air National Guard (PAANG), Uniform Training Assembly (UTA) lodging in the Johnstown, PA area. The Government intends to select one contractor. Award will be made to the lowest price responsible quoter who represents the Best Value to the Government. However, the Government reserves the right to award no contract at all. The responses to this RFQ are intended to be evaluated, and award made, without discussions unless discussions are deemed to be necessary. Since award will be based on initial responses, quoters are highly encouraged to quote their most advantageous pricing in their initial response.
This requirement is being solicited 100% small business set-aside. The NAICS code for this acquisition is 721110 and the Small Business size standard is $40,000,000.00. All prospective offerors must have a Commercial and Government Entity (CAGE) code and be registered with System for Award Management (SAM) at http://www.sam.gov.
The Period of Performance for this requirement is 12 months from the date of contract award.
The purpose of this requirement is to provide “as needed” lodging accommodations (double and single occupancy, non-smoking rooms) for 258 CAOS personnel assigned to duty at the PAANG in Johnstown, PA. The lodging facility shall be located within a 10-mile driving distance to 258 CAOS PAANG, 258 Airport Road, Johnstown, PA 15904. The contractor shall make rooms available for members as requested by authorized Government personnel, not to exceed the maximum number of contracted room nights in accordance with the Performance Work Statement (PWS). Quoted price/rate shall include all fees and parking. (See Attachment 1, PWS, for further details). A workload estimate has been provided (SeeTechnical Exhibit 3 of the PWS). All dates and quantities provided are estimates only.
All facilities quoted will be subject to a public health and security inspection to ensure the venue meets or exceeds the requirements set forth in the PWS. Lodging facilities shall be equivalent to a 3-Star hotel or higher as defined by industry standards (such as the AAA 3-Diamond rating or Forbes Travel Guide 3-Star rating).
Vendors shall respond to this RFQ via email by 7 July 2025 at 1600 hours (4:00 pm) Eastern Time (ET). All quotes shall be sent to the Contracting Office, Kaity Fuga, [email protected], and Steve Sisneros, [email protected] before the due date and time specified. Any quote, modification, or revision of a quote received after the exact time specified for receipt of quotes is considered “late”.
All questions regarding the RFQ package must be submitted to the above e-mail addresses by 3 July 2025 at 1400 hours (2:00 pm) ET. Any questions asked over the telephone will not be answered. Any questions received after this date and time may not be answered.
All quoters must list UEI number, CAGE code, and Federal TIN with Company name, POC, and phone number. To obtain or renew a UEI number or CAGE code, please visit https://www.sam.gov. Lack of registration in the SAM database will make a quoter ineligible for award.
When returning the solicitation (standard form 1449), please complete the following:
1. Company Information (Name & Address) and CAGE Code in Block 17a.
2. Blocks 30a., 30b., and 30c.
3. Pricing beginning on Page 3 (unit price and total amounts for line items 0001, 1001, and 2001).