1. General Information
A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued.
B. The Virginia Army National Guard will conduct Pre-deployment training in Powhatan, VA during the period of 6-9 September 2025. Soldiers attending the training will require hotel rooms throughout the event. The Virginia Army National Guard anticipates reserving and utilizing hotel services. The intent is to have lodging support to provide safe and clean sleeping arrangements in accordance with local standards.
C. Utilizing FAR Part 13, Simplified Acquisition Procedures, the Virginia Army National Guard (VAARNG) intends to issue a single firm-fixed price Purchase Order for lodging room rentals (single and/or double occupancy, non-smoking rooms) for authorized members of the VAARNG.
D. The following solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2025-04, dated June 11, 2025. This solicitation is issued as a 100% small business set-aside under the NAICS code, 72111, Hotels (except Casino Hotels) and Motels, with a small business size standard of $40,000,000.
E. The government will not pay for costs associated with the preparation of a quote in response to this combined synopsis/solicitation.
F. The Government intends to make award without conducting discussions. However, the Contracting Officer reserves the right to conduct discussions if determined necessary.
G. Interested vendors agree to hold prices firm for 45 days after the date of submission.
2. NG Agency Protest Program
NG Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns with the National Guard (NG) as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or another external forum.
Contract award or performance is suspended during the protest to the same extent, and within the same time periods as if filed at the GAO. The NG protest decision goal is to resolve protests within 35 calendar days from filing. An agency protest may be filed with either the Contracting Officer or the NG Agency’s Protest Decision Authority, but not both, in accordance with NG protest procedures.
To be timely, the protests must be filed with the periods specified in FAR 33.103. To file a protest under the NG Agency Protest Program, the protest must request resolution under that program and be sent to the address below:
National Guard Bureau
Office of the Director of Acquisitions/ Head of Contracting Activity
ATTN: NGB-AQ-O
111 S. George Mason Dr.
Arlington, VA 22204
Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil
All other agency-level protest should be sent to Contracting Officer Wesley Spencer at wesley.spencerjr2.civ@army.mil
3. Communication with the Government
A. Questions:
Submit written questions via email ONLY to contract specialist Matthew Guyer at matthew.c.guyer.civ@army.mil. No phone calls will be accepted. Questions will be received until Friday August 8, 2025, no later than 11:00 a.m. Eastern Daylight Time (EDT).
B. Administrative Information:
- Contracting Officer: Wesley Spencer: wesley.spencerjr2.civ@army.mil
- Contracting Specialist: Matthew Guyer: matthew.c.guyer.civ@army.mil
4. Instructions to Offerors
Interested vendors submit the following documents, via email, not later than 11:00 a.m. EDT, August 18, 2025. The solicitation number and title, W912LQ25QA022 180th HSAD Lodging, shall be identified in the subject line of the email response.
- Completed pricing for all CLINs. See attached Pricing Sheet.
- Completed Representations and Certifications (or statement confirming all representations and certifications have been completed at sam.gov and are current and accurate).
- Past Performance: submit no more than 3 past performance references to include the contract number and POC information. Past Performance shall be relevant and within the past 24 months from issuance of this solicitation.
- Completed information sheet. Will be included as an attachment to this posting.
5. Evaluation
Basis for Award: The government intends to award to the responsive, responsible vendor whose quote is the lowest priced and meets the requirements as stated in the PWS for services requested. Proximity to the Powhatan Armory and the use of a single lodging site or the fewest number of lodging sites may be considered preferential. Multiple awards will be considered however a single award to a vendor that can accommodate all Soldiers at a single venue will be considered more advantageous to the government.
To be considered for award, vendors shall have an active registration in the System for Award Management at https://sam.gov. Vendors are responsible for ensuring their representations, and certifications in their SAM registration are accurate and current.
Provisions and Clauses
The following FAR and DFARS provisions are incorporated by reference and apply to this solicitation:
52.201-1, Acquisition 360: Voluntary Survey
52.204-7, System for Award Management (NOV 2024)
52.204-16, Commercial and Government Entity Code Reporting (AUG 2020)
52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020)
52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures. (DEC 2023)
52.212-1, Instructions to Offerors Commercial Items (NOV 2021)
252.204-7008, Compliance With Safeguarding Covered Defense Information Controls (OCT 2016)
252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (MAR 2022)
252.204-7024, Notice on the use of the Supplier Performance Risk System (MAR 2023)
252.225-7055, Representation Regarding Business Operations with Maduro Regime (MAY 2022)
252.225-7059, Prohibition on Certain Procurements from Xinjiang Uyghur Autonomous Region-Representation (JUN 2023)
The following FAR and DFARS clauses are incorporated by reference and are applicable to this solicitation and any resulting award:
52.204-13, System for Award Management Maintenance (OCT 2018)
52.204-19, Incorporation by Reference of Representation and Certifications (DEC 2014)
52.204-21, Basic Safeguarding of Covered Contractor Information Systems (NOV 2021)
52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023)
52.212-12, Instructions to Offerors – Commercial Products and Commercial Services (SEP 2023)
52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services (NOV 2021)
52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation. (DEC 2016)
52.232-39, Unenforceability of Unauthorized Obligations (June 2013)
52.223-5, Pollution Prevention and Right-to-Know Information (MAY 2024)
52.236-13, Accident Prevention (Alternate I)
52.245-1, Government Property (SEP 2021)
252.201-7000, Contracting Officer’s Representative (DEC 1991)
252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011)
252.203-7002, Requirement To Inform Employees of Whistleblower Rights (DEC 2022)
252.204-7003, Control Of Government Personnel Work Product (APR 1992)
252.204-7004, Antiterrorism Awareness Training for Contractors (JAN 2023)
252.204-7009, Limitations on the Use or Disclosure of Third-Party (OCT 2016)
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (May 2024)
252.204-7014, Limitations on the Use or Disclosure of Information by Litigation Support Contractors (JAN 2023)
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016)
252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023)
252.204-7020, NIST SP 800-171 DoD Assessment Requirements (NOV 2023)
252.204-7021, Contractor Compliance with the Cybersecurity Maturity Model Certification Level Requirement (JAN 2023)
252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (SEP 2014)
252.225-7000, Buy American and Balance of Payments Certificate-Basic (FEB 2024)
252.225-7001, Buy American and Balance of Payments Program—Basic (JAN 2023)
252.225-7002, Qualifying Country Sources as Subcontractors (MAR 2022)
252.225-7012, Preference for Certain Domestic Commodities (APR 2022)
252.225-7036, Buy American—Free Trade Agreements—Balance of Payments Program—Basic (JAN 2023)
252.225-7048, Export-Controlled Items (JUN 2013)
252.225-7056, Prohibition Regarding Business Operation with the Maduro Regime (JAN 2023)
252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation (JUN 2023)
252.226-7002, Representation for Demonstration Project for Contractors Employing Persons with Disabilities (DEC 2019)
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)
252.232-7009, Mandatory Payment by Governmentwide Commercial Purchase Card (MAY 2018)
252.232-7010, Levies on Contract Payments (DEC 2006)
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (JAN 2023)
252.243-7001, Pricing of Contract Modifications (DEC 1991)
252.244-7000, Subcontracts for Commercial Items and Commercial Services (DoD Contracts) (NOV 2023)
252.247-7023, Transportation of Supplies by Sea (OCT 2024)
The following FAR and DFARS provisions are incorporated by full text and apply to this solicitation and any resulting award. Full text of a provision may be accessed electronically at https://www.acquisition.gov. Supplemental information for applicable provisions is provided below.
52.204-22, Alternate Line-Item Proposal (JAN 2017)
52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) - see attachment number 3
52.204-26, Covered Telecommunications Equipment or Services-Representation (OCT 2020) - see attachment number 3
52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (DEVIATION 2025-O0003) (MARCH 2025)
252.203-7005, Representation Relating to Compensation of Former DOD Officials (NOV 2011)
252.204-7016, Covered Defense Telecommunications Equipment or Services – Representation (DEC 2019) - see attachment number 3
252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services – Representation (MAY 2021) - see attachment number 3
The following FAR and DFARS clauses are incorporated by full text and apply to this solicitation and any resulting award. The full text of a clause may be accessed electronically at https://www.acquisition.gov. Supplemental information for the applicable clause is provided below.
52.222-42 Statement of Equivalent Rates for Federal Hires. (MAY 2014) As prescribed in 22.1006(b), insert the following clause: Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor ( 29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C.5341 or 5 332.
This Statement is for Information Only: It is not a Wage Determination
Employee Class Monetary Wage-Fringe Benefits
99050 Desk Clerk GS-4 $20.42
11240 Maid or Houseman WG-1 $19.08
(End of clause)
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Deviation CD 2025-O0003) MAR 2025
The following FAR clauses included in 52.212-5 are applicable to this acquisition:
52.203-19 (JAN 2017),
52.204-10 (JAN 2020),
52.204-23 (NOV 2021),
52.204-25 (NOV 2021),
52.204-27 (JUN 2023),
52.204-30, (DEC 2023),
52.209-6, (JAN 2025),
52.209-10 (NOV 2015),
52.219-6, (NOV 2020),
52.219-13, (MAR 2020),
52.219-28 (SEP 2021),
52.222-3 (JUN 2023),
52.222-35, (JUN 2020),
52.222-36, (JUN 2020),
52.222-37, (JUN 2020),
52.222-41, (AUG 2018),
52.222-42, (MAY 2014),
52.222-50 (NOV 2021),
52.222-55 (JAN 2022),
52.222-62 (JAN 2022),
52.223-23 (MAY 2024)
52.233-3 (AUG 1996),
52.233-4 (OCT 2004),
52.224-3 (JAN 2017),
52.225-13 (FEB 2021),
52.226-8 (MAY 2024),
52.232-33 (OCT 2018),
52.232-36, (MAY 2014),
52.232-40 (MAR 2023),
52.240-1 (NOV 2024),
52.252-2, Clauses Incorporated by Reference (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the fill text of a clause may be accessed electronically at this/these address(es):
https://www.acquisition.gov/
(End of clause)
52.252-5, Authorized Deviations in Provisions.
As prescribed in 52.107(e), insert the following provision in solicitations that include any FAR or supplemental provision with an authorized deviation. Whenever any FAR or supplemental provision is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the provision when it is used without deviation, include regulation name for any supplemental provision, except that the contracting officer shall insert "(DEVIATION)" after the date of the provision.
Authorized Deviations in Provisions (Nov 2020)
(a)The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.
(b)The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter___2___) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(End of provision)
52.252-6, Authorized Deviations in Clauses (NOV 2020)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR _2____) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(End of clause)
252.232-7006 Wide Area Workflow Payment Instructions (JAN 2023)
(a) Definitions. As used in this clause—
“Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies a unit, activity, or organization.
“Document type” means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
“Local processing office (LPO)” is the office responsible for payment certification when payment certification is done external to the entitlement system.
“Payment request” and “receiving report” are defined in the clause at 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports.
(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall—
(1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/
(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:
(1) Document type. The Contractor shall submit payment requests using the following document type(s):
(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.
(ii) For fixed price line items—
(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer.
Not applicable
(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer.
Invoice 2in1
(iii) For customary progress payments based on costs incurred, submit a progress payment request.
(iv) For performance based payments, submit a performance based payment request.
(v) For commercial financing, submit a commercial financing request.
(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract.
[Note: The Contractor may use a WAWF “combo” document type to create some combinations of invoice and receiving report in one step.]
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.
Routing Data Table*
Field Name in WAWF Data to be entered in WAWF
Pay official DoDAAC HQ0670
Issue By DoDAAC W912LQ
Admin DoDAAC W912LQ
Inspect by DoDAAC W801GJ
Ship to Code Not applicable
Ship from Code Not applicable
Mark for Code Not applicable
Service Approver (DoDAAC) Not applicable
Service Acceptor (DoDAAC) W801GJ
Accept at Other (DoDAAC) Not applicable
LPO DoDAAC Not applicable
DCAA Auditor DoDAAC Not applicable
Other DoDAAC Not applicable
(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.
(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.
(g) WAWF point of contact.
(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’s WAWF point of contact.
Disa.global.servicedesk.mbx-ticker-request@mail.mil and VAARNGASO@army.mil
(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.
(End of clause)