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 a venue near South Lake Tahoe or Tahoe City, CA, to provide lodging, meeting space, and meals for 45 airmen. Quotes are due by February 6, 2026, 1000 PST.
Scope of Work
This Request for Quotation (RFQ) is for a spiritual resiliency training program. The selected contractor will provide:
- Lodging: Rooms for 45 people (mix of single and double occupancy), meeting AAA Travel Three or Four-Diamond Rated or equivalent standards. This includes (45) single rooms or (20) double-bedrooms for participants, and (4) single-bedrooms and (1) double bedroom for staff.
- Meeting Space: A conference room for 45 attendees, equipped with audio-visual hardware/software, including a projection screen, podium, and speakers.
- Meals: Buffet-style breakfast and dinner for 45 people on specified dates and times, with appropriate beverage selection (no alcohol).
- Amenities: Wireless internet, complementary parking, pre-check-in, entertainment facilities (pool, hot tub, fitness center, spa), and access to local attractions/hiking/ski slopes. The venue must be within a 15-minute commute of South Tahoe or Tahoe City, CA.
Contract Details
- Solicitation Type: Combined Synopsis/Solicitation, Request for Quotation (RFQ) FA468626QS010.
- Product Service Code: V231 (Lodging Hotel/Motel).
- NAICS Code: 721110 (Hotels (except Casino Hotels) and Motels), with a $40 million small business size standard. Casino hotels are not acceptable.
- Set-Aside: 100% Small Business.
- Pricing Arrangement: Firm Fixed Price.
- Period of Performance: March 26-28, 2026.
- Payment: Via Wide Area Workflow (WAWF). Contract financing is not available.
- Tax Exemption: The U.S. Government is tax-exempt; contractors shall not charge state or local lodging taxes.
Submission & Evaluation
Proposals must be submitted via email to SrA Onumah and Capt. Restrepo. Acceptable file formats include Adobe PDF, Microsoft Word, or Microsoft Excel. Offerors must prepare proposals in accordance with FAR 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services. Evaluation will be based on Technical Acceptability, Past Performance, and Price. Technical approach and past performance will be rated acceptable/unacceptable. Price will be evaluated for reasonableness, completeness, and accuracy. Offerors must include a completed FAR 52.212-3, Offeror Representations and Certifications, and be registered in SAM.gov.
Key Requirements & Notes
- Pricing for lodging and meals must be at or below established government per diem rates.
- The Prime Contractor must arrange direct communication between the Government's event lead and the hotel's event coordinator for operational planning, while remaining the point of contact for contractual issues with a 3-hour response expectation.
- Offerors must acknowledge receipt of Amendment 0001. Wage Determinations (Attachments 3 & 4) are applicable for labor costs.