182D AW Regularly Scheduled Drill (RSD) Lodging FY26 BPA
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 182d Airlift Wing, is seeking proposals for Regularly Scheduled Drill (RSD) Lodging services in Peoria, Illinois. This acquisition aims to establish one to three Blanket Purchase Agreements (BPAs) to provide lodging for 182d AW and tenant unit personnel. This is a 100% Total Small Business Set-Aside. Quotations are due by May 15, 2026, at 12:00 PM CST.
Scope of Work
The awarded contractors will provide all personnel, supervision, facilities, and services necessary for lodging during weekend RSDs, Split RSDs, and Active Duty for Training. Key requirements include:
- Room Provision: Single and double occupancy rooms with specific amenities (e.g., AC/heating, 32-inch TV, private bath, daily maid service). Single rooms require a queen/king bed; double rooms require two double/queen beds.
- Operational Support: 24/7 reservation acceptance, 24-hour front desk, secure parking, efficient check-in/check-out, and handling of cancellations/no-shows. The government will only be charged for utilized rooms.
- Location: Hotels must be located within 20 miles of the 182d Airlift Wing, Peoria, IL 61607.
- Billing: Monthly summary invoices, with payment via Base Contracting Office Lodging In Kind (LIK) GPC. The government is tax-exempt except for State Tax and Bed/Occupancy Tax (HOOT).
Contract Details
- Contract Type: Blanket Purchase Agreement (BPA) with monthly Firm-Fixed Price (FFP) orders (BPA Calls).
- Award: One (1) up to three (3) BPAs.
- Ordering Period: Five (5) years, from May 15, 2026, to May 14, 2031 (start date dependent on award).
- Maximum Capacity: Each awarded BPA will share a maximum capacity of $349,000.00.
- NAICS Code: 721110 (Hotels and Motels) with a $40M size standard.
- Product Service Code (PSC): V231 (Lodging Hotel/Motel).
Submission Requirements
Offerors must submit a Capabilities Statement and a completed Exhibit 1 Pricing Sheet. The Capabilities Statement should include the solicitation number, contractor details (DBA, address, POC, SAM registration/UEI/CAGE), aptitude to meet SOW requirements (including ability to block rooms at or below GSA Per Diem rates), any discounts, and acknowledgement of amendments. The Pricing Sheet requires itemized pricing for single and double occupancy rooms, nightly availability per RSD weekend, and applicable tax rates. All quotes must be marked "Quote current until 30 September 2026" and emailed to 1st Lt Nicholas Marzinzik (nicholas.marzinzik@us.af.mil) and Mr. Jason Shallenberger (jason.shallenberger@us.af.mil).
Evaluation Criteria
Award will be made to the responsible offeror(s) whose quote is most advantageous to the Government, considering:
- Price: Individual room rates shall not exceed GSA Federal Travel Regulation per diem rates for Peoria, IL.
- Technical Performance: Evaluation of the capabilities statement against SOW criteria and amenities above minimum.
- Past Performance: Will be considered as a tie-breaker only. Awarded BPAs are contingent upon meeting all requirements and passing an in-person quality surveillance inspection.
Important Notes
The Government will not award to third-party entities. Offerors must be the owner, operator, or authorized on-site manager of the lodging facility. Third-party reservation services, travel agencies, online booking platforms, or lodging brokers are not eligible as prime contractors. Questions are due by May 8, 2026, at 1600 CST.