183 WG 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 183 Mission Support Contracting (MSC) Office intends to establish multiple award Blanket Purchase Agreements (BPAs) for non-personal commercial lodging services. These BPAs will support the 183d Wing's Regularly Scheduled Drills (RSDs) in Springfield, IL. The opportunity is a 100% Total Small Business Set-Aside. Quotes are due by January 29, 2026, at 1:00 PM CST.
Scope of Work
The requirement is for lodging services within a thirteen (13) mile radius of the 183d Wing, Springfield, IL. Services include providing single and double occupancy rooms and related amenities for military members during weekend RSDs. Typical room requirements range from 70-110 rooms per drill. Key performance standards include 24/7 reservation acceptance, guaranteed late arrival rooms, daily housekeeping, secure parking, 24-hour front desk staffing, and compliance with GSA Per Diem rates. The government is tax-exempt except for State Tax and Bed/Occupancy Room Tax. No third-party entities will be awarded BPAs.
Contract Details
- Contract Type: Multiple Award Blanket Purchase Agreements (BPAs) under FAR Part 13, Simplified Acquisitions Procedures.
- Period of Performance: Up to three (3) years per BPA.
- Value: Minimum order value of $1.00 up to an established ceiling of $350,000.00 (subject to adjustment).
- Order Type: Monthly Firm-Fixed Price (FFP) orders (BPA Calls) awarded on a lowest price up basis and availability of rooms.
- Set-Aside: 100% Total Small Business Set-Aside (NAICS: 721110, Size Standard: $40M; PSC: V231).
Submission Requirements
Offerors must submit:
- A Capability Statement including company details, SAM registration/UEI/CAGE numbers, completed Representations and Certifications (52.212-3), aptitude to meet SOW requirements (including GSA Per Diem rates), and any offered discounts.
- A completed Exhibit 1 Pricing Sheet detailing single and double occupancy nightly room availability per RSD weekend, nightly rates, buyout rate question response, and allowable tax rates.
- Acknowledgement of any amendments.
Evaluation Factors
Award will be made to the responsible offeror(s) providing the best value to the Government, considering price and technical capability. Price will be evaluated to ensure individual room rates do not exceed GSA Federal Travel Regulation per diem rates for Springfield, IL. Technical evaluation will assess the offeror's capabilities statement, including amenities above the minimum outlined in the SOW. The Government reserves the right to award without discussions and will conduct an in-person quality surveillance inspection.
Key Dates
- Solicitation Issue Date: December 30, 2025
- Quotes Due: January 29, 2026, 1:00 PM CST (Acceptance only via e-mail).
Contact Information
- Primary: Alicia C. Braun (Alicia.Braun@us.af.mil, 2177571265)
- Secondary: Amanda Brenizer (Amanda.Brenizer@us.af.mil, 2177571251)