Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number W50S8H-26-Q-0011, in accordance with FAR Parts 12 and 13, and is in accordance with provisions and clauses effective in Federal Acquisition Circular (FAC 2026-01 effective 13 March 2026). The North American Industry Classification System (NAICS) number is 721110 and the small business size standard is $40,000,000.00. This acquisition is 100% competitive set-aside for SBA-Certified Woman-Owned Small Businesses. The intent of this combined synopsis/solicitation is to issue a single award Blanket Purchase Agreement (BPA) with a period of performance of 9 April 2026 through 31 March 2028. The Government requires inactive duty (IDT) lodging and feeding support at the below listed locations on a varying basis. Though the IDT schedule is known the exact number of nightly IDT rooms and lunch meals needed under this BPA will not be known until 5 calendar days prior to each drill weekend. BPA calls are expected to be issued to fund lodging room nights as well as lunch meals. All invoicing shall be conducted through Wide Area Workflow (WAWF). When checking in, though individual service members will need to have the ability to sign up for the next drill weekend, a master lodging roster shall be sent to the contractor no later than 5 calendar days in advance of rooms being needed. A master feeding roster shall be provided to the contractor no later than 5 calendar days in advance of meals being needed. The contractor must also provide support for rescheduled IDT lodging rooms performed at times differently than the posted drill schedule. The contractor shall be provided the number and location of needed rooms no later than 5 calendar days prior to them being needed. ***Amendment to Add the Following Two Paragraphs as of April 2, 2026 at 3:50PM EST*** The offeror shall be evaluated on the ability to provide the required nightly rooms at all locations needed either at or below the GSA per diem nightly rate for the specific locality and correct time of the calendar year due to fluctuations during peak / off-peak seasons. The offeror shall also be evaluated on the ability to provide the required lunch meals either at or below the GSA per diem lunch meal rate. Finally, the contractor shall be evaluated on their ability to provide a capabilities statement. All parking must be included at all hotel facilities. In the offer, offerors must indicate the amount of lead time needed for the Government to make room reservations and place lunch meal orders as well as the lead time needed to make cancellations or adjustments for both r…
Classification
Place of Performance
Contracting Office
Contacts
Attachments (3)