Inactive Duty Training Lodging & Feeding
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 is soliciting proposals for Inactive Duty Training (IDT) Lodging & Feeding services through a Combined Synopsis/Solicitation (RFQ W50S8H-26-Q-0011). This opportunity is for a Single Award Blanket Purchase Agreement (BPA) to support the 107th Attack Wing and 222nd Command & Control Squadron. It is a 100% competitive set-aside for SBA-Certified Woman-Owned Small Businesses (WOSB). The period of performance is from April 9, 2026, through March 31, 2028. Proposals are due by April 6, 2026, 6:00 PM EST.
Purpose & Scope
The Government requires comprehensive lodging and feeding support for military personnel during inactive duty training, regularly scheduled drills, and active duty for training. This includes providing hotel lodging facilities and freshly prepared lunch meals at various locations.
Key Requirements
- Lodging: Provide clean, sanitary, non-smoking rooms with essential amenities (AC, heat, private baths, TV, dressers, alarm clocks, linens) within a 10-mile radius of Niagara Falls ARS, NY; Syracuse, NY; Rome, NY; Fort Belvoir, VA; and Newburgh, NY. Daily maid service and weekly linen changes are required. Front desk must be staffed 7 AM - 10 PM EST, 7 days a week. Secure, lighted parking is mandatory. Doubling of service members (E1-E8, O4 and below) is required. Reservations will be managed by the 107th Services Office.
- Feeding: Provide freshly made lunch meals, prepared no more than one hour in advance of serving, adhering to the 2013 Food Code. Meals must come from FDA, USDA, or Health Department inspected sources and comply with USDA Dietary Guidelines and Air Force Instructions. Services include setting up serving lines and serving food at Rome, NY, and Fort Belvoir, VA. An on-site contract manager and base access for personnel are required.
Contract Details
- Contract Type: Single Award Blanket Purchase Agreement (BPA) under a Combined Synopsis/Solicitation (RFQ W50S8H-26-Q-0011).
- NAICS Code: 721110 (Hotels (except Casino Hotels) and Motels) with a $40,000,000.00 small business size standard.
- Set-Aside: 100% competitive set-aside for SBA-Certified Woman-Owned Small Businesses (WOSB).
- Period of Performance: April 9, 2026 - March 31, 2028 (with one lodging CLIN starting May 1, 2026).
- Place of Performance: Multiple locations in New York (Niagara Falls, Syracuse, Rome, Newburgh) and Fort Belvoir, Virginia.
- Invoicing: All invoicing shall be conducted through Wide Area WorkFlow (WAWF).
Evaluation & Submission
Award will be based on the lowest price and a review of the contractor-provided capability statement. The Government will not pay more than the applicable GSA Per Diem nightly room rate for lodging. Offerors must comply with FAR 52.212-1 (Instructions to Offerors), submit completed Representations and Certifications (FAR 52.212-3), and agree to FAR 52.212-4 (Contract Terms and Conditions).
Point of Contact
For inquiries, contact Philip J Rott at philip.rott@us.af.mil or 716-236-2493.