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 (9th Maintenance and 9th Mission Support Groups at Beale Air Force Base) has issued Amendment 0001 to Solicitation FA468626QS010, a Request for Quotation (RFQ), for a resort-style hotel to host a Single Airman's Retreat from March 26-28, 2026. This 100% Small Business Set-Aside opportunity seeks a venue near South Lake Tahoe or Tahoe City, CA. Proposals are due February 6, 2026, at 1000 PST.
Scope of Work
The requirement is for a high-quality, resort-style hotel to provide services for 45 attendees for a spiritual resiliency training program. Key services include:
- Lodging: Rooms for 45 people (mix of single and double occupancy), meeting AAA Travel Three or Four-Diamond rating.
- Meeting Space: A conference room for 45 attendees with audio-visual equipment.
- Meals: Buffet-style breakfast and dinner for 45 people on specified dates, with appropriate beverage selection (no alcohol).
- Amenities: Must offer Wi-Fi, parking, a pool, and access to local attractions/hiking options.
- Location: Within a 15-minute commute of South Lake Tahoe or Tahoe City, CA.
Contract Details
- Solicitation Type: Request for Quotation (RFQ)
- NAICS Code: 721110 (Hotels (except Casino Hotels) and Motels), with a $40 million small business size standard. Casino hotels are not acceptable.
- Product Service Code: V231 (Lodging - Hotel/Motel).
- Period of Performance: March 26, 2026, to March 28, 2026.
- Set-Aside: 100% Small Business.
- Payment: Via Wide Area Workflow (WAWF). Contract financing is not available.
- Pricing: Lodging and meals must be at or below established government per diem rates. The Government is tax-exempt from state and local lodging taxes.
Submission & Evaluation
Offerors must submit proposals via email to both listed points of contact. Acceptable file formats include Adobe PDF, Microsoft Word, or Microsoft Excel. Proposals must adhere to FAR clause 52.212-1, Instructions to Offerors.
- Evaluation Criteria: Technical Acceptability, Past Performance, and Price. Technical approach (5-page limit) and Past Performance will be rated acceptable/unacceptable. Price will be evaluated for reasonableness.
- Required Forms: Offerors must include a completed FAR 52.212-3, Offeror Representations and Certifications, and be registered in SAM.gov.
- Amendment Acknowledgment: Offerors must acknowledge receipt of Amendment 0001.
Key Dates & Contacts
- Quotes Due: February 6, 2026, 1000 PST.
- Points of Contact:
- Capt. Estefania Restrepo: estefania.restrepo@us.af.mil
- SrA Ezekiel Onumah: ezekiel.onumah.1@us.af.mil
Important Notes
Amendment 0001 provides official responses to industry questions, clarifying submission methods, NAICS code applicability (excluding casino hotels), and confirming per diem rates and the Government's tax-exempt status. The Prime Contractor is responsible for contractual issues, while direct communication between the Government's event lead and the hotel's event coordinator is required for operational planning. Wage Determinations (Attachments 3 & 4) are provided for reference.