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 a resort-style hotel to host a Single Airman's Retreat from March 26-28, 2026. This 100% Small Business Set-Aside opportunity, issued as a Request for Quotation (RFQ), requires lodging, meals, and meeting space for 45 personnel near South Lake Tahoe or Tahoe City, CA. The purpose is a spiritual resiliency training program. Quotes were due February 6, 2026.
Purpose & Scope
This solicitation is for a high-quality, resort-style hotel to host a spiritual resiliency retreat for 45 single airmen. The event, scheduled for March 26-28, 2026, requires a venue within a 15-minute commute of South Lake Tahoe or Tahoe City, CA. The selected facility must provide:
- Lodging: Rooms for 45 personnel (mix of single/double occupancy), meeting AAA Travel Three or Four-Diamond Rated or equivalent standards. Casino hotels are explicitly excluded.
- 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, with appropriate non-alcoholic beverages. Pricing for lodging and meals must adhere to government per diem rates, and the government is tax-exempt.
- Amenities: Wireless internet, complimentary parking, pre-check-in, entertainment facilities (pool, hot tub, fitness center, spa), and access to local attractions/hiking.
Contract Details
- Solicitation Number: FA468626QS010
- Type: Request for Quotation (RFQ), Combined Synopsis/Solicitation.
- Set-Aside: 100% Small Business.
- NAICS Code: 721110 (Hotels (except Casino Hotels) and Motels), with a $40 million small business size standard.
- Period of Performance: March 26-28, 2026.
- Pricing: Firm Fixed Price. Quotes must clearly separate charges for lodging, meals, and conference facility/equipment.
- Payment: Contractor must be registered in Wide Area Workflow (WAWF) for payment processing. Contract financing is not available.
Submission & Evaluation
Proposals were due by February 6, 2026, at 10:00 AM PST. Submissions were to be sent via email to Capt. Restrepo (estefania.restrepo@us.af.mil) and SrA Onumah (ezekiel.onumah.1@us.af.mil) in Adobe PDF, Microsoft Word, or Microsoft Excel formats. Offerors were required to prepare proposals per FAR 52.212-1 and acknowledge amendments. Evaluation criteria include:
- Technical Acceptability: A 5-page technical approach detailing ability to meet requirements, rated Acceptable/Unacceptable.
- Past Performance: Rated Acceptable/Unacceptable, using Attachment 5 (Past Performance Summary Sheet).
- Price: Evaluated for reasonableness, completeness, and accuracy. Award will be made to the responsible offeror whose proposal is most advantageous to the Government, considering all factors. Offerors must be registered in SAM and include FAR 52.212-3 representations.
Amendments & Important Notes
Amendment 0004, the latest, removed FAR clause 52.232-18 (Availability of Funds) and replaced the solicitation document. Previous amendments provided Q&A, clarifying that casino hotels are not acceptable, per diem rates apply, and the government is tax-exempt. Offerors were given liberty to configure rooms for 45 personnel and state their proposed single/double occupancy ratio.