118th Wing Commander Lodging Program
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 Tennessee Air National Guard (TN ANG) 118th Wing Contracting Office is soliciting proposals for Indefinite Delivery Indefinite Quantity (IDIQ) lodging services for its personnel. This Total Small Business Set-Aside opportunity seeks multiple awardees to provide commercial hotel/motel accommodations within a 30-mile radius of specified Nashville, TN addresses. The contract will be a Firm-Fixed Price IDIQ, with awards to a minimum of four properties. Proposals are due by 3:30 PM Central Time on Thursday, March 12, 2026.
Scope of Work
Contractors will furnish single and double occupancy, non-smoking rooms for 118th Wing personnel during Regularly Scheduled Drill (RSD) and Rescheduled Drill (RD) training. Services include daily housekeeping, 24/7 check-in/out, secure storage, and free, well-lit parking. Rooms must be on the 2nd floor or higher, be at least 270 sq ft, and include amenities such as internet, refrigerator, microwave, TV, iron, and alarm clock.
Key Requirements & Standards
Lodging facilities must comply with DoD Lodging Adequacy Standards, including fire safety, ADA, and security protocols. Specific requirements include operative smoke detectors and sprinkler systems, pest-free rooms, clean common areas, and robust security measures like video surveillance, controlled exterior access, double locks, and window locks. All rooms must be accessed from interior hallways. On-site dining facilities, if applicable, require a current "A" Health Certificate. Overbooking protocols require accommodation in an equal or better facility at no additional cost.
Contract Details
This is a Multiple Award Firm-Fixed Price IDIQ contract. The Period of Performance is one base year from April 30, 2026, to April 29, 2027, with the possibility of one 12-month option period. The IDIQ has a guaranteed minimum of 50 nights per year and a maximum of 1000 nights per year for the base and each option period. Typical stays are two nights, with longer stays (up to four nights) for "super drills" and quarterly drills. The NAICS code is 721110 (Hotels and Motels) with a $40 Million small business size standard.
Evaluation & Submission
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Technical proposals must address all criteria set forth in the Performance Work Statement (PWS) and Technical Requirements document. Site visits by government teams (Safety, Lodging/Services, Public Health, Security Forces) are mandatory to evaluate compliance. Proposals must include SAM UEI, CAGE Code, and POC information, and pricing must be submitted on the provided "Lodging Pricing Sheet." Invoicing will be via Wide Area Workflow (WAWF).
Important Information
All questions regarding this RFQ have already passed their deadline (February 25, 2026), and responses were provided in the "Questions_Final.pdf" document. Proposals, including the pricing sheet, should be sent electronically to MSgt Dakota Beasley (dakota.beasley.2@us.af.mil) and Maj Gregory Allen (gregory.allen.8@us.af.mil). Do not include 118th Wing Lodging/Services Office personnel in proposal submissions.