Inactive Duty Training Lodging & Feeding
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 Army is seeking proposals for Inactive Duty Training (IDT) Lodging and Feeding Support through a combined synopsis/solicitation (RFQ). This opportunity aims to establish a single award Blanket Purchase Agreement (BPA) for the 107th Attack Wing and 222nd Command & Control Squadron. This acquisition is a 100% competitive set-aside for SBA-Certified Woman-Owned Small Businesses (WOSB). Quotes are due by April 6, 2026, at 6:00 PM EST.
Scope of Work
The contractor will provide comprehensive lodging and feeding services for military personnel during IDT, Regularly Scheduled Drills (RSD), and Active Duty for Training (AT) at various locations.
- Lodging: Provide clean, sanitary, non-smoking hotel rooms within a 10-mile radius of Niagara Falls ARS, NY; Syracuse, NY; Rome, NY; and Fort Belvoir, VA. Rooms must include essential amenities, daily maid service, and weekly linen changes. Doubling of service members (E1-E8 and O4 and below) is required. Minimum room requirements per IDT night include 40 in Niagara Falls, 28 in Syracuse, 13 in Rome, and 3 in Fort Belvoir. Adequate, secure, and lighted parking must be included at all hotel facilities.
- Feeding: Provide freshly prepared lunch meals, adhering to the 2013 FDA Food Code, USDA Dietary Guidelines, and Air Force Instructions. Meals are required for personnel at Rome, NY (typically 14 per day) and Fort Belvoir, VA (typically 24 per day), delivered off-installation. The contractor is responsible for setup, serving, and ensuring food quality.
Contract Details
- Contract Type: Single Award Blanket Purchase Agreement (BPA)
- Solicitation Number: W50S8H-26-Q-0011
- Set-Aside: 100% SBA-Certified Woman-Owned Small Business (WOSB)
- NAICS Code: 721110 (Hotels (except Casino Hotels) and Motels) with a $40M size standard.
- Period of Performance: April 9, 2026, through March 31, 2028.
- Evaluation Factors: Proposals will be evaluated on the ability to provide required services at or below GSA per diem rates for lodging and meals, and the submission of a capabilities statement. Award will be based on lowest price and review of the capability statement.
- Logistics: The exact number of rooms and meals will be provided 5 calendar days prior to each drill weekend. Offerors must specify lead times for reservations, orders, cancellations, and adjustments. Subcontracting for hotel properties is permitted, with the awarded WOSB managing third-party facilities.
- Invoicing: All invoicing will be conducted through Wide Area Workflow (WAWF).
Response Information
Offerors must comply with FAR 52.212-1 (Instructions to Offerors), submit a completed FAR 52.212-3 (Representations and Certifications), and agree to FAR 52.212-4 (Contract Terms and Conditions). Quotes are due by April 6, 2026, at 6:00 PM EST. Primary Contact: Philip J Rott (philip.rott@us.af.mil, 716-236-2493).