2026 MXG/MSG Single's Retreat
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 Air Force, specifically the 9th Maintenance and 9th Mission Support Groups at Beale Air Force Base, is seeking proposals for a resort-style hotel to host a Single Airman's Retreat from March 26-28, 2026. This 100% Small Business Set-Aside opportunity requires lodging, meeting space, and meals for 45 attendees near South Lake Tahoe or Tahoe City, CA. Quotes are due by February 06, 2026, 1000 PST.
Purpose & Scope
This Request for Quotation (RFQ) aims to procure services for a spiritual resiliency training program for single airmen, part of the DAF-approved Strong Bonds program. The retreat will host 45 participants from March 26-28, 2026.
Key requirements include:
- Lodging: AAA Travel Three or Four-Diamond Rated or equivalent resort-style hotel. Accommodations for 45 people (mix of single/double occupancy, plus staff rooms).
- Meeting Space: A conference room for 45 attendees, equipped with audio-visual hardware/software (projection screen, podium, speakers).
- Meals: Buffet-style breakfast and dinner for 45 people on specified dates, with appropriate beverage selection (no alcohol).
- Amenities: Must include Wi-Fi, complimentary parking, a pool, hot tub, fitness center, pre-check-in, and access to local attractions/ski slopes.
- Location: Within a 15-minute commute of South Lake Tahoe or Tahoe City, CA.
Contract Details
- Solicitation Type: Combined Synopsis/Solicitation (RFQ)
- Solicitation Number: FA468626QS010
- Contract Type: Firm Fixed Price
- Set-Aside: 100% Small Business (Total Small Business Set-Aside)
- NAICS Code: 721110 (Hotels (except Casino Hotels) with a $40 million size standard)
- Period of Performance: March 26, 2026 - March 28, 2026
- FOB Point: Destination
- Payment: Contractor must be registered in Wide Area Workflow (WAWF). Contract financing is not available.
Submission & Evaluation
Quotes are due by February 06, 2026, 1000 PST, and must be submitted electronically to the listed points of contact. Offerors must include a completed FAR 52.212-3 (Offeror Representations and Certifications) and be registered in SAM.gov.
Evaluation will be based on:
- Technical Acceptability: Acceptable/unacceptable rating, with a 5-page limit for the technical approach detailing ability to accomplish requirements.
- Past Performance: Acceptable/unacceptable rating, based on performance records and relevant contracts (use Attachment 5 form).
- Price: Evaluated for reasonableness, completeness, and accuracy.
Additional Information
The contractor must arrange direct communication between the Government's event lead and the hotel's event coordinator for operational planning, while the Prime Contractor remains the point of contact for contractual issues with a 3-hour response time expectation. Wage Determinations (Attachments 3 & 4) under the Service Contract Act apply, outlining minimum wage rates and fringe benefits for relevant occupations in California and Nevada counties, which bidders must consider for pricing.