ANNUAL TRAINING LODGING
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 Army has issued a combined synopsis/solicitation (W50S9H26QA016) for Annual Training Lodging services. This requirement is a Total Small Business Set-Aside for the Wisconsin National Guard (WI ANG) training operation near Ironwood, MI. Offers are due April 23, 2026, at 1:00 PM CDT.
Purpose
To secure lodging accommodations for the Wisconsin National Guard (WI ANG) training operation from June 1 to June 11, 2026.
Scope of Work
Provide approximately 31-35 sleeping rooms per night for 10 nights, totaling 385 rooms, from June 1 to June 11, 2026. Rooms must include TV, Microwave, Bathroom (Toilet, Shower, Sink), and Air Conditioning. Daily room service, complimentary internet access, and adequate parking are required. Complimentary breakfast, available by 6 AM for approximately 60 WIANG personnel, must include juice, milk, coffee, a protein choice, fresh fruit, yogurt, cereal, bread, bagels, pancakes, waffles, and pastries.
Facilities must meet federal, state, and local safety, security, and health regulations. Specific requirements include commercial-grade locks, clearly marked emergency exits, well-lit parking, daily housekeeping, functional room amenities (locks, phones, lighting, escape maps), inspected fire/life safety systems (alarms, detectors, sprinklers, extinguishers), and an annual fire inspector inspection. A Comprehensive Emergency Action Plan (EAP) covering various scenarios (e.g., active shooter, natural disasters, medical emergencies, human trafficking awareness) is also mandatory.
Period & Place of Performance
- Duration: June 1, 2026, to June 11, 2026.
- Location: Within 30 miles of Ironwood, MI 49938. Preference is for a single venue; up to two venues within a 10-mile radius are acceptable.
Contract Details
- Type: Firm Fixed Price.
- Set-Aside: Total Small Business (NAICS Code: 721110, Size Standard: $40 Million).
- Funding: Funds are not presently available for this acquisition; no contract award will be made until appropriated funds are available.
Submission & Evaluation
Offerors must submit complete and detailed technical specifications, estimated delivery date, SAM Unique ID Number, CAGE Code, and Tax Identification number. Incomplete submissions may be deemed technically unacceptable. Quotes will be evaluated based on Price, Technical, and Past Performance. Offerors must return the attached Standard Form 1449 signed and filled in, and must be registered in the System for Award Management (SAM) at the time of submission.
Key Dates
- Questions Due: April 16, 2026, at 1:00 PM CDT.
- Offers Due: April 23, 2026, at 1:00 PM CDT.
- Government Reservations Deadline: May 18, 2026, at 1600 hours.
Contact Information
All offers and questions pertaining to this solicitation shall be sent via email to: WI.CRTC.VF.Contracting@us.af.mil.