Troop Lodging

SOL #: W50S8026QA004Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W7NE USPFO ACTIVITY MAANG 102
OTIS ANGB, MA, 02542-1319, United States

Place of Performance

MA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

Lodging Hotel/Motel (V231)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 18, 2026
2
Last Updated
Mar 30, 2026
3
Submission Deadline
Apr 3, 2026, 5:00 PM

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 Massachusetts Air National Guard is soliciting quotes for Troop Lodging Services for its members during Regularly Scheduled Drills. This is a Total Small Business Set-Aside opportunity for high-quality hotel/motel accommodations within a 20-mile radius of Joint Base Cape Cod, MA. Quotes are due by April 3, 2026, at 1:00 PM EST.

Opportunity Overview

This is a combined synopsis/solicitation (Request for Quotation - RFQ) for commercial lodging services (PSC V231). It is a new requirement with no incumbent contractor. The government seeks to establish a contract for lodging services for personnel outside commuting distance during Inactive Duty Training (IDT) status.

Scope of Work

The contractor will provide hotel/motel rooms with two beds, private baths, and hot/cold running water. Rooms must be located within a 20-mile radius of JBCC (158 Reilly St, Buzzards Bay, MA 02542). Services include customary courtesies (e.g., dining, pool, fitness center) at no additional charge, 24-hour check-in/check-out, and compliance with fire, health, safety, and sanitation regulations. The government requires 65-120 rooms per date for specific "Off Season" and "Summer Season" periods.

Contract Details

  • NAICS Code: 721110 (Hotels (except Casino Hotels) and Motels)
  • Small Business Size Standard: $40 Million
  • Period of Performance:
    • Base Year: April 20, 2026 – November 30, 2026
    • Option Year 1: December 1, 2026 – November 30, 2027
  • CLINs: Include Off Season and Summer rates for the base year and option year, with specific dates and room quantities. Additional option period dates will be provided 60-90 days prior.

Key Clarifications & Requirements (from latest Q&A - March 30, 2026)

  • High-Quality Lodging: Examples provided include Margaritaville Cape Cod, Hampton Inn Buzzards Bay, and Iris Hotel Falmouth. The government seeks high-quality accommodations, not a specific rating.
  • Cancellation Policy: The government prefers an 8 PM cancellation policy to prevent rooms from being canceled entirely.
  • Eligible Offerors: Any SAM.gov registered company, including third-party companies that provide and manage hotel lodging, can bid. A small business can act as the Prime Contractor and fulfill the requirement through a single qualifying hotel property, maintaining full responsibility.
  • Room Assignments: All individuals must be housed in the same hotel.
  • Room Mix: A blended room mix (e.g., king rooms, suites) is not acceptable if it exhausts the allotted room numbers. The approach must stay within proximity and quality expectations.
  • Tax Exemption: The government will provide a tax-exempt MFR.
  • Award Timeline: Expected within 3-5 business days after the submission deadline.

Submission & Contact

  • Quotes Due: April 3, 2026, at 1:00 PM EST.
  • Submission Method: Via email to SMSgt Andrew Perry at 102iw.msg.msc@us.af.mil.
  • Registration: Firms must be registered in SAM.gov.
  • Primary Contact: Brian Stutzman (102iw.msg.msc@us.af.mil, 508-968-4910).

Important Notes

Provisions and clauses are incorporated by reference and accessible at www.acquisition.gov. The Defense Priorities and Allocations System (DPAS) is not applicable. Bidders must review the Performance Work Statement (PWS) and Clauses and Provisions for full contractual requirements.

People

Points of Contact

Brian StutzmanPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 5Viewing
Combined Synopsis/Solicitation
Posted: Mar 30, 2026
Version 4
Combined Synopsis/Solicitation
Posted: Mar 27, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Mar 27, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 26, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 18, 2026
View
Troop Lodging | GovScope