Search Contract Opportunities

Memphis Lodging

ID: W912L726Q0502 • Type: Synopsis Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

URGENT PLEASE READ CAREFULLY

The solicitation closes FRIDAY, 3 OCT 2025 at 2:00pm EST (1:00pm CST).

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. proposals are being solicited, and a written solicitation will not be issued. Solicitation number W912L7-26-Q-0502 is hereby issued as a Request for Proposal within the MEMPHIS, TN area. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05, effective 07 AUG 2025. This requirement is being advertised as UNRESTRICTED; the North American Industry Classification System (NAICS) Code(s) are 721110 HOTEL, with a Size Standard of $40M. The following clauses are applicable to this acquisition:

The solicitation closes FRIDAY, 3 OCT 2025 at 2:00pm EST (1:00pm CST).

PLEASE read 52.212-2 EVALUATION COMMERCIAL ITEMS

FAR 52.232.18 Subject to the Availibility of Funds.

52.212-2 EVALUATION COMMERCIAL ITEMS

The Government will award a contract resulting from this solicitation to the offer responsible, whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

  • Technical,
    • Hotels must be in the Memphis, TN area.
    • Hotels must be East of I-240 and North of Poplar Ave (not West of I-240 or East of Germantown)
      • See map below
    • Hotels must be 3 Star or better
    • Prefer self-service guest laundry
    • Must be able to provide rooms on time and abide by the changes daily. Daily Counts could change at ANYTIME.
    • Hotels must have inside rooms
    • Hotels must provide meeting room available only to TN Guard/Air Guard with Key for the duration of our stay for meetings/training that can accommodate up to 50 people
    • No attrition or cancelation fee will be added to the rooms
    • Must have NAICS Code of 721110 HOTEL.
    • Please fill in ALL of lodging tabs for pricing.
    • SAM Registered
  • Price

Technical and past performance, when combined, are significantly more important than price.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option (s). N/A

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of provision)

  • 52.204-7 SYSTEM FOR AWARD MANAGEMENT
  • 52.204-8 Annual Representations and Certifications
  • 52.204-13 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)
  • 52.204-16 Commercial and Government Entity Code Reporting.
  • 52.204-18 Commercial and Government Entity Code Maintenance.
  • 52.204-21 Basic Safeguarding of Covered Contractor Information Systems.
  • 52.204-23 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS & VIDEO SURVEILLANCE SERVICE OR EQUIPMENT. BASIC (AUG(2019)
  • 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations.
  • 52.211-6 BRAND NAME OR EQUAL
  • 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS
  • 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES.
  • 52.212-4: CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS
  • 52-212-5 (DEV) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION (MAR 2025) (DEVIATION 2025-O0003)
  • 52.216-19 ORDER LIMITATIONS
  • 52.217-8 OPTION TO EXTEND SERVICES
  • 52.219-6 SMALL BUSINESS SET-ASIDE
  • 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION
  • 52.219-33 NONMANUFACTURER RULE
  • 52.222-50, COMBATING TRAFFICKING IN PERSONS (Feb 2009) (22 U.S.C. 7104)
  • 52.225-13 Restrictions on Certain Foreign Purchases
  • 52.232-13 NOTICE OF PROGRESS PAYMENTS
  • 52.232-18 AVAILABILITY OF FUNDS
  • 52.232-33 Payment by Electronic Funds Transfer-System for Award Management
  • 52.233-3 Protest After Award.
  • 52.233-4 APPLICABLE LAW OF BREACH OF CONTRACT CLAIM
  • 52.239-1 PRIVACY OR SECURITY SAFEGUARDS
  • 52.246-16 RESPONSIBILITY FOR SUPPLIES
  • 52.246-17 WARRANTY OF SUPPLIES OF NONCOMPLEX NATURE
  • 52.247-34 QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS
  • 52.249-4 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (SERVICES)
  • As prescribed in 49.502(c), insert the following clause in solicitations and contracts for services, regardless of value, when a fixed-price contract is contemplated and the Contracting Officer determines that because of the kind of services required, the successful offeror will not incur substantial charges in preparation for and in carrying out the contract, and would, if terminated for the convenience of the Government, limit termination settlement charges to services rendered before the date of termination:

Termination for Convenience of the Government (Services) (Short Form) (Apr 1984)

  • The Contracting Officer, by written notice, may terminate this contract, in whole or in part, when it is in the Government's interest. If this contract is terminated, the Government shall be liable only for payment under the payment provisions of this contract for services rendered before the effective date of termination.
  • (End of clause)
  • 52.252-2 Clauses Incorporated by Reference.
      • https://www.acquisition.gov/http://farsite.hill.af.mil/
  • 52.252-6 Authorized Deviations in Clauses.
  • 252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE
  • 252.203-7000 REQUIREMENTS RELATING OF COMPENSATION OF FORMER DoD OFFICIALS
  • 252.203-7002 Requirement to Inform Employees of Whistleblower Rights.
  • 252.203-7003 Agency Office of the Inspector General
  • 252.203-7005 Representation Relating to Compensation of Former DoD Officials.
  • 252.204-7009 LIMITATIONS ON THE USE OF DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION
  • 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING
  • 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT
  • 252.222-7007 REPRESENTATION REGARDING COMBATING TRAFFICKING IN PERSONS
  • 252-225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES
  • 252.225-7031 Secondary Arab Boycott of Israel.
  • 252.225-7035 Buy American Free Trade Agreements Balance of Payments Program Certificate (Alternate I)
  • 252.225-7048 EXPORT CONTROLLED ITEMS
  • 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism
  • 252.226-7001 UTILIZATION OF INDIAN ORGANIZATIONS, INIAN-OWNED ECONOMIC ENTERPRISES, & NATIVE HAWAIIAN SMALL BUSINESS CONCERNS
  • 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008)
  • 252.232-7006 Wide Area WorkFlow Payment Instructions.
  • 252.232-7010 Levies on Contract Payments.

PERFORMANCE WORK STATEMENT (PWS)

FOR

Memphis Lodging

Memphis, TN

    1. General:
    1. Scope: The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in Paragraph 3.0 as Government Furnished, to perform Memphis Lodging, as defined in this PWS.
    1. Background: The objective is to provide support for the Lodging for the Service Members of TNARNG.
    1. Period of Performance (PoP): The Period of Performance shall be 05 OCT 2025

-TBD for Memphis TN, TN. (see section 5.0)

    1. General Information:
      1. Quality Control (QC): RESERVED
      1. Quality Assurance (QA): The Government will evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on what the Government will do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and acceptable quality level(s) or defect rate(s).
      2. Recognized Holidays: RESERVED
      1. Place and Performance of Services: (See 5.1 Requirements)

1.4.1 Property must meet all requirements as specified to be considered sufficient for the requirement. The end user may physically inspect facilities for safety, repair, or cleanliness and will have a unilateral and subjective decision on the part of the Government as to whether a property or facility is sufficient to fulfill the requirement.

1.4.4.4 Acceptance of alternative offers deviating from specified requirements are the sole subjective decision of the end user.

        1. Telework: RESERVED
      1. Security Requirements. The contractor shall comply with all applicable installation/facility access and local security policies and procedures, which may be obtained from the COR. The contractor and all associated subcontractor employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. The contractor shall ensure compliance with all personal identity verification requirements as directed by Department of Defense (DoD), Headquarters Department of Army (HQDA) and/or local policy. Should the Force Protection Condition (FPCON) change, the Government may require changes in contractor security matters or processes.
          1. HSPD-12 Background Investigation Requirements: RESERVED
          1. Trusted Associate Sponsorship System (TASS): RESERVED

1.4.5.3 Communications Security/Information Technology (COMSEC/IT) Security: All communications with DoD organizations are subject to COMSEC review. All telephone communications networks are continually subject to intercept by unfriendly intelligence organizations. DoD has authorized the military departments to conduct COMSEC monitoring and recording of telephone calls originating from, or terminating at, DoD organizations. Therefore, the contractor is advised that any time contractor personnel place or receive a call they are subject to COMSEC procedures. The contractor shall ensure wide and frequent dissemination of the above information to all employees dealing with DoD information. The contractor shall abide by all Government regulations concerning the authorized use of the Government's computer network, including the restriction against using the network to recruit Government personnel or advertise job openings.

        1. Information Awareness: RESERVED
        2. iWATCH Training: RESERVED
        1. OPSEC Training: RESERVED
        1. Classified Information. RESERVED
        1. Threat Awareness and Reporting Program (TARP). RESERVED
      1. Physical Security: The contractor shall safeguard all Government property provided for contractor use. At the close of each work period, Government facilities, equipment and materials shall be secured.
        1. Key Control. RESERVED
      1. Special Qualifications: RESERVED
      1. Post Award Conference/Periodic Progress Meetings: The contractor agrees to attend any post award conference convened by the KO in accordance with FAR Subpart

42.5. The KO, COR and other Government personnel, as appropriate, may meet periodically with the contractor to review the contactor's performance. At these meetings, the KO will apprise the contractor of how the Government views the contractor's performance and the contractor shall apprise the Government of problems, if any, being experienced. The contractor shall resolve outstanding issues raised by the Government. Contractor attendance at these meetings shall be at no additional cost to the Government.

      1. Contract Manager (CM): The contactor shall designate a CM who shall ensure performance under this contract. The name of this person, and an alternate who shall act for the contractor when the CM is absent, shall be designated in writing to the KO. The CM or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The CM shall work through the COR to resolve issues, receive technical instructions, and ensure adequate performance of services. The CM shall ensure that contractor employees do not perform any services outside the scope of the contract without an official modification issued by the KO. The CM shall ensure contractor employees understand that services performed outside the scope of the contract are performed wholly at the expense of the contractor.
      1. Identification of Contractor Employees: RESERVED

1.4.11. Combating Trafficking in Persons: The United States Government has adopted a zero-tolerance policy regarding trafficking in persons. Contractors and contractor employees shall not engage in severe forms of trafficking in persons during the period of performance of the contract; procure commercial sex acts during the period of performance of the contract; or use forced labor in the performance of the contract. The Contractor shall notify its employees of the United States Government's zero tolerance policy, the actions that will be taken against employees for violations of this policy. The contractor shall take appropriate action, up to and including termination, against employees or subcontractors that violate the US Government policy as described at FAR 22.17.

      1. Contractor Travel. RESERVED
      1. Data Rights. RESERVED
      1. Organizational Conflicts of Interest (OCI): RESERVED
      1. Phase In / Phase-Out Periods. RESERVED
    1. Definitions and Acronyms
    1. Definitions:
      1. Contractor: A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime.
      1. Contracting Officer (KO): A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government.
      1. Contracting Officer Representative (COR): An employee of the U.S. Government designated by the KO to monitor contractor performance. Such appointment will be in writing and will state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract.
      1. Defective Service: A service output that does not meet the standard of performance associated with the PWS.
      1. Deliverable: Anything that can be physically delivered and includes non- manufactured things such as meeting minutes or reports.
      1. Key Personnel: RESERVED
      1. Physical Security: Actions that prevent the loss or damage of Government property.
      1. Quality Assurance: The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards.
      1. Quality Assurance Surveillance Plan (QASP): An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance.
      1. Quality Control: All necessary measures taken by the Contractor to ensure that the quality of an end product or service shall meet contract requirements.
      2. Subcontractor: One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor.

2.2 Acronyms:

AEI

Army Enterprise Info Structure

AR

Army Regulation

AT/OPSEC

Antiterrorism/Operational Security

BI

Background Investigation

CM

Contract Manager

COR

Contracting Officer Representative

DA

Department of the Army

DD254

Department of Defense Contract Security Classification Specification

DFARS

Defense Federal Acquisition Regulation Supplement

DoD

Department of Defense

FAR

Federal Acquisition Regulation

GFP/M/E/S

Government Furnished Property/Material/Equipment/Services

HQDA

Headquarters, Department of the Army

HSPD

Homeland Security Presidential Directive

IA

Information Assurance

IS

Information System(s)

KO

Contracting Officer

NGB

National Guard Bureau

OCI

Organizational Conflict of Interest

PII

Personally Identifiable Information

PIPO

Phase In/Phase Out

POC

Point of Contact

PRS

Performance Requirements Summary

PWS

Performance Work Statement

QA

Quality Assurance

QASP Quality Assurance Surveillance Plan

QC Quality Control

QCP Quality Control Program

SSN Social Security Number

TE Technical Exhibit

TN-ARNG Tennessee Army National Guard

USD(I) Under Secretary of Defense for Intelligence

    1. Government Furnished Property, Material, Equipment and Services (GFP/M/E/S): RESERVED
    1. Property: RESERVED
    1. Materials:
    1. Equipment: Audio Visual Equipment: RESERVED
    1. Contractor Furnished Property, Materials, and Equipment (CFP/M/E):
    1. General: Except for those items specifically stated to be Government-Furnished in Paragraph 3.0, the contractor shall furnish everything required to perform these services as indicated in Paragraph 1.1.
    1. Secret Facility Clearance: RESERVED

5.0 Requirements: The contractor shall:

5.1 Lodging: Total of each day are below and broken down on the attached Excel Hotel Room Roster. NOTE

LOCATION: Memphis, TN

DATE: 05 OCT 2025 TBD (45 DAYS TO A YEAR)

POC : See attached Excel file for pricing, broken down by days and quarter

05 OCT 2025 13 OCT 2026

TOTAL # SINGLE ROOMS

TOTAL # DOUBLE ROOMS

MEMPHIS TN (Option A)

150

MEMPHIS TN (Option B)

20

65

Hotel Rooms: 150 TOTAL

1 CONFERENCE ROOM Available for the duration of the stay for TN Army Guard/Air Guard for up 50 people.

  1. Request Military per diem
  2. Funding will be increment, quarterly
  3. Hotel will be able to build monthly
  4. Requesting single rooms, but if not available price for double rooms
  5. Rooms numbers and duration are subject to change, mission dependent. The contractor will be notified immediately. We will try to give as much notice as possible
  6. Tax Exempt form will be provided at time of award
  7. Specify if hotel provides free Breakfast
  8. Rooms must have refrigerator and microwave
  9. Prefer rooms with kitchenettes
  10. Require free parking
  11. Hotel Rooms must be inside, no hotels with outside rooms.
    1. Hotels with outside rooms will be considered at a last resort basis
  12. More than one hotel can be used. Please keep the hotels close as possible. Only one contract will be awarded
  13. Must have self-service guest laundry
  14. Soldiers will check in/out normal time at hotel
Background
This solicitation is issued by the U.S. Government for lodging services in the Memphis, TN area, specifically for the Tennessee Army National Guard (TNARNG). The objective is to provide support for lodging for service members during their stay. The solicitation number is W912L7-26-Q-0502.

Work Details
The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary to perform Memphis Lodging as defined in this Performance Work Statement (PWS). Key requirements include:
- Hotels must be located in the Memphis area, specifically east of I-240 and north of Poplar Ave.
- Hotels must be rated 3 stars or better and have inside rooms only.
- A meeting room must be provided for TN Guard/Air Guard use that can accommodate up to 50 people.
- No attrition or cancellation fees will apply to the rooms.
- The contractor must ensure timely provision of rooms and accommodate daily changes in room counts.
- Preference for hotels with self-service guest laundry facilities, refrigerators, microwaves, and kitchenettes in rooms.
- Free parking must be available at the hotel.
- The contractor may use more than one hotel but should keep them close together. Only one contract will be awarded.

Period of Performance
The period of performance is set to begin on October 5, 2025, and will continue for a duration that could range from 45 days to a year.

Place of Performance
The contract will be performed in Memphis, TN.

Overview

Response Deadline
Oct. 3, 2025, 2:00 p.m. EDT Past Due
Posted
Oct. 1, 2025, 2:57 p.m. EDT
Set Aside
None
Place of Performance
Memphis, TN United States
Source

Current SBA Size Standard
$40 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$50,000 - $250,000 (AI estimate)
On 10/1/25 Tennessee National Guard issued Synopsis Solicitation W912L726Q0502 for Memphis Lodging due 10/3/25. The opportunity was issued full & open with NAICS 721110 and PSC V231.
Primary Contact
Name
RHONDA LIEN   Profile
Phone
(615) 313-0530

Secondary Contact

Name
TERESA BAXTER   Profile
Phone
(615) 313-2658

Documents

Posted documents for Synopsis Solicitation W912L726Q0502

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation W912L726Q0502

Contract Awards

Prime contracts awarded through Synopsis Solicitation W912L726Q0502

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation W912L726Q0502

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W912L726Q0502

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W912L726Q0502

Experts for Memphis Lodging

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7N1 USPFO ACTIVITY TN ARNG
FPDS Organization Code
2100-W912L7
Source Organization Code
100074190
Last Updated
Oct. 5, 2025
Last Updated By
teresa.a.baxter.civ@army.mil
Archive Date
Oct. 4, 2025