Airshow Hotel Rooms Shaw AFB
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 FA4803 20 CONS LGCA, is soliciting proposals for Airshow Hotel Rooms at Shaw AFB, SC. This is a Total Small Business Set-Aside for lodging services (PSC V231) to support the 2026 Airshow. The estimated value of this Firm Fixed-Price contract is $40,000,000.00. Quotes are due by February 18, 2026, at 2:00 PM EST.
Scope of Work
The requirement is for approximately 70 hotel rooms (initially 50 King and 20 Double, with flexibility for more double beds) for a 4-night period from March 26 to March 30, 2026. Hotels must be located within a 45-50 minute drive of Shaw AFB, with a specific requirement for 20 rooms to be in Sumter City. Key requirements include:
- Meeting "Salient Characteristics" detailed in Attachment 1 (excel sheet).
- Rooms with locking doors and one parking spot per room.
- A 24-hour cancellation policy.
- Exterior room entrances are acceptable.
- Breakfast is preferred but not mandatory.
- Individually locked rooms and a 24-hour front desk are preferred.
- The government does not pay taxes; quotes should exclude them.
Contract & Timeline
- Type: Firm Fixed-Price Solicitation (RFQ)
- Estimated Value: $40,000,000.00
- Period of Performance: March 26, 2026 – March 30, 2026
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Quote Due Date: February 18, 2026, at 2:00 PM EST
- Quotes Valid Through: March 30, 2026
- Published Date: February 10, 2026
Submission Requirements
Offerors must submit:
- Pricing for CLIN 0001.
- A technical narrative (maximum 5 pages) demonstrating adherence to the "Salient Characteristics."
- A breakdown of hotel names, addresses, the number of rooms reserved in each hotel, and room descriptions.
- Any discount terms, contractor information (name, address, CAGE code, GSA Schedule if applicable), and a contractor point of contact.
- Completed Representations and Certifications, and a signed SF 1449.
- Acknowledgement of all amendments (0001, 0002, 0003) by signing a copy and including it with the quote. Submissions should be sent to Ms. Ebony Johnson (ebony.johnson.3@us.af.mil) and Mrs. Maria Del Mar Rodriguez Martinez (maria_del_mar.rodriguez_martinez@us.af.mil).
Evaluation Factors
Award will be based on Lowest Price and Technical Acceptability. Technical acceptability is achieved when the offeror's narrative (max 5 pages) proves they meet minimum standards. The Government will evaluate the first three lowest-priced offers for technical acceptability. If any of these are found technically unacceptable, evaluation will continue with subsequent offers until three technically acceptable offers are identified.
Amendments & Notes
This solicitation has been amended multiple times. Amendment 0002 extended the quote due date and clarified technical acceptability criteria and submission instructions. Amendment 0003 replaced the initial Questions and Answers document with an updated "Questions and Answers V1," which further clarified room occupancy, location (including 20 rooms in Sumter City), room types, amenities, and tax requirements.