Search Contract Opportunities

841st Charleston SC Lodging Services

ID: PANROC-24-P-0000_007671 • Type: Synopsis Solicitation

Description

Posted: May 13, 2025, 10:04 a.m. EDT

Update: Answers to any questions received are forthcoming through an amendment.

1. The U.S. Army Contracting Command Rock Island (ACC-RI) hereby issues this
RFQ for the requirement of lodging for the 841st Battalion, Charleston, South Carolina
in support of the Military Surface Deployment and Distribution (SDDC). Please submit
your pricing and additional requested information on Attachment 0003 Price Matrix
Charleston. The following attachments are included:

Attachment 0001 Performance Work Statement (PWS) dated 27 March 2025
Attachment 0002 Clause Addendum (Commercial)
Attachment 0003 Price Matrix Charleston

2. The requirement is 100% Small Business Set-Aside (SBSA). Quoters are cautioned
that all requirements that apply to the prime Quoter will also apply to team members,
subcontractors, etc., i.e. security clearance and other access requirements. The PSC is
V231 and the NAICS Code is 721110, size standard $40,000,000.00.

3. This RFQ is a firm fixed price Blanket Purchase Agreement (BPA) that will be issued
to the quoter(s) that is/are the lowest priced, responsive, responsible whose quote
contains all items stated above and conforms to the terms and conditions of this RFQ.
The Government intends to execute an agreement(s) as a firm fixed price BPA for all
items stated above. A Best Value determination source selection methodology will be
used for this action by fairly evaluating all timely quotes received and placing a BPA(s)
that represents the best value. Agreement(s) will be made on the basis of the lowest
prices quoted that is determined to meet minimum requirement(s) of the RFQ IAW
Attachment 0001 - PWS. Quotes must meet the minimum requirement(s) of this RFQ to
be determined for an agreement. The quotes meeting the minimum requirement(s) of
this RFQ are not ranked and the evaluation process does not permit tradeoffs between
the non-cost factors and the cost/price factor. All quotes meeting the minimum
requirement(s) of the RFQ will be treated equally except for cost/price. By submission
of its quote, the contractor accepts all RFQ requirement(s), including all terms and
conditions, representations, certifications, and technical requirements.

4. All information received in response to this RFQ marked as "proprietary" will be
protected and handled accordingly. Issuance of this RFQ does not constitute an
execution of an agreement or commitment of funds on the part of the Government nor
does it commit the Government to pay for costs incurred in the preparation and
submission of a quote.

An execution of any agreement(s) is/are in the best interest of the Government.
Availability of funds will not be issued for this requirement until an award of an order.

5. The period of performance are:

Base Period: 16 May 2025 15 May 2026
Option Period 1: 16 May 2026 15 May 2027
Option Period 2: 16 May 2027 15 May 2028
Option Period 3: 16 May 2028 15 May 2029
Option Period 4: 16 May 2029 15 May 2030
52.217-8: 16 May 2030 13 November 2030

6. The Government intends to execute an agreement(s) without meaningful exchanges
or clarification, therefore quoters are encouraged to submit their most competitive
quote. The Government does reserve the right to conduct exchanges or clarification if
later determined by the Contracting Officer to be necessary. The Government reserves
as well, the right to seek minor clarifications without holding meaningful exchanges with
quoters.

7. Please submit any questions as soon as possible. Questions will be accepted until
07 April 2025 at 1500 CT. Following that, no further questions will be entertained.
Questions will be answered via an amendment to the RFQ.

Posted: May 2, 2025, 4:14 p.m. EDT
Posted: April 21, 2025, 11:02 a.m. EDT
Posted: April 15, 2025, 9:09 a.m. EDT
Posted: April 3, 2025, 12:17 p.m. EDT
Background
The U.S. Army Contracting Command – Rock Island (ACC-RI) issues this RFQ for lodging services required by the 841st Battalion in Charleston, South Carolina, in support of the Military Surface Deployment and Distribution Command (MSDDC).

The MSDDC is an operational-level Army force designated as the Army Service Component Command of the United States Transportation Command. The goal of this contract is to ensure military applicants receive appropriate lodging and oversight services during their stay at the 841st Battalion location.

Work Details
The contractor shall provide all resources necessary for lodging accommodations and applicant supervision for armed forces/government agency applicants processing at the 841st Battalion. Services are typically required for applicants arriving from Sundays through Thursdays, with additional needs on up to 30 Fridays and occasional Saturdays per year.

The contractor must manage multiple task orders simultaneously, ensuring compliance with all terms outlined in the Performance Work Statement (PWS). Specific tasks include:
1. Furnishing facilities, furniture, equipment, supplies, management, supervision, and labor.
2. Providing overnight lodging with a maximum of two individuals per room, ensuring single rooms for officers when available.
3. Ensuring male and female applicants are lodged separately.
4. Providing amenities such as towels, toiletries, and kitchen facilities in rooms.
5. Implementing operational electronic surveillance at lodging facilities.
6. Submitting detailed monthly invoices to the Contracting Officer Representative (COR) by the third workday of the following month.

Period of Performance
Base Period: 16 May 2025 – 15 May 2026; Option Period 1: 16 May 2026 – 15 May 2027; Option Period 2: 16 May 2027 – 15 May 2028; Option Period 3: 16 May 2028 – 15 May 2029; Option Period 4: 16 May 2029 – 15 May 2030; Additional period until 13 November 2030.

Place of Performance
Charleston, South Carolina

Overview

Response Deadline
May 13, 2025, 4:00 p.m. EDT (original: April 15, 2025, 4:00 p.m. EDT) Past Due
Posted
April 3, 2025, 12:17 p.m. EDT (updated: May 13, 2025, 10:04 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
North Charleston, SC 29406 United States
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
Experimental
$500,000 - $1,500,000 (AI estimate)
Vehicle Type
Blanket Purchase Agreement
Signs of Shaping
59% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 4/3/25 ACC Rock Island issued Synopsis Solicitation PANROC-24-P-0000_007671 for 841st Charleston SC Lodging Services due 5/13/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 721110 (SBA Size Standard $40 Million) and PSC V231.
Primary Contact
Name
Linda Humphrey   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation PANROC-24-P-0000_007671

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation PANROC-24-P-0000_007671

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation PANROC-24-P-0000_007671

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation PANROC-24-P-0000_007671

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC RI
FPDS Organization Code
2100-W519TC
Source Organization Code
500181913
Last Updated
May 13, 2025
Last Updated By
linda.d.humphrey.civ@army.mil
Archive Date
May 28, 2025