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, through the W7NR USPFO ACTIVITY NYANG 107, is soliciting proposals for Inactive Duty Training (IDT) Lodging and Feeding services. This is a 100% competitive set-aside for SBA-Certified Woman-Owned Small Businesses (WOSB). The requirement is for a single-award Blanket Purchase Agreement (BPA) to support military personnel at various locations in New York and Virginia. Quotes are due by April 6, 2026, at 6:00 PM EST.
Scope of Work
This opportunity requires providing lodging facilities and lunch meals for military members during Inactive Duty Training (IDT), Regularly Scheduled Drills (RSD), and Active Duty for Training (AT). The period of performance is from April 9, 2026, through March 31, 2028, with some lodging starting May 1, 2026.
Lodging services are needed within a 10-mile driving distance of: Niagara Falls ARS, NY; Syracuse, NY; Rome, NY; Fort Belvoir, VA; and Newburgh, NY. Requirements include clean, sanitary rooms with essential amenities, daily maid service, weekly linen changes, non-smoking rooms, and secure, lighted parking. Doubling of service members (E1-E8 and O4 and below) is required. The contractor must manage reservations through the 107th Services Office and staff the front desk from 7:00 AM to 10:00 PM EST, 7 days a week.
Feeding services involve providing freshly made lunch meals (prepared no more than one hour in advance) for the 222nd Command & Control Squadron in Rome, NY, and Fort Belvoir, VA. Meals must adhere to the 2013 Food Code, USDA Dietary Guidelines, and Air Force Instructions, ensuring optimum freshness and nutritional value. The contractor must provide proof of a recent NY State Health Department inspection.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ)
- Contract Type: Single Award Blanket Purchase Agreement (BPA)
- Period of Performance: April 9, 2026 – March 31, 2028
- Set-Aside: SBA-Certified Woman-Owned Small Business (WOSB)
- NAICS Code: 721110 (Hotels (except Casino Hotels) and Motels) with a $40,000,000.00 size standard
- Invoicing: All invoicing will be conducted through Wide Area WorkFlow (WAWF).
Evaluation Criteria
Award will be based on lowest price and a review of the contractor-provided capability statement. Offerors must demonstrate the ability to provide required lodging and meals at or below the GSA per diem rates for the specific locality and time of year. Parking must be included at all hotel facilities. Offerors must also indicate the lead time needed for reservations, meal orders, cancellations, and adjustments.
Submission Requirements
Offerors must comply with FAR 52.212-1 (Instructions to Offerors) and submit a completed copy of the Representations and Certifications (FAR 52.212-3). By submitting an offer, the contractor agrees to comply with FAR 52.212-4 (Contract Terms and Conditions).
Contact Information
- Primary Point of Contact: Philip J Rott (philip.rott@us.af.mil, 716-236-2493)
- Secondary Point of Contact: Jennifer DeWispelaere (jennifer.dewispelaere@us.af.mil, 716-236-2520)