Lodging 1JUN-15JUN Ft Meade, MD
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 New York Army National Guard (NYARNG) is soliciting proposals for lodging facilities to support annual training at Fort Meade, MD. This requirement is for 19 double occupancy rooms for 14 nights, from June 1 to June 15, 2026. This is a Total Small Business Set-Aside. Award will be made on a Firm Fixed Price basis to the lowest priced offer that conforms to the Statement of Work. Quotes are due by April 10, 2026, 08:00 AM.
Scope of Work
The contractor shall provide safe, clean, and secure lodging accommodations located within a 20-minute commute or 15 miles of Fort Meade, MD. The requirement is for 19 double occupancy rooms, each including a private bathroom, heating and air conditioning, clean bedding and towels, functional lighting, and a desk or table. Complimentary breakfast, internet access, and television are also preferred. Facilities must meet commercial hotel or motel standards.
Key services include:
- Lodging: 19 rooms per night for 14 nights (totaling 266 room nights).
- Check-In/Check-Out: Flexible to accommodate military schedules (Check-In: June 1, 2026; Check-Out: June 15, 2026).
- Housekeeping: Clean rooms prior to arrival, fresh linen between guests, trash removal, sanitized bathrooms, meeting hotel industry sanitation standards.
- Safety & Security: Operational smoke detectors, fire extinguishers, proper exterior lighting, secure room locks, and compliance with local fire codes and regulations.
- Reservation & Billing: Acceptance of government rooming lists, maintenance of reservation records, provision of itemized invoices (including Soldier name, room rate, dates of stay, total cost). Government tax exemption, block room reservations, late arrivals, pet restrictions (service animals allowed), and ADA accessible rooms are required.
- Parking: Available spaces for three 15-passenger vans.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Period of Performance: June 1, 2026 - June 15, 2026
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 721110 (Hotels and Motels), Size Standard: $40,000,000
- Offer Due Date: April 10, 2026, 08:00 AM (UTC)
- Published Date: March 25, 2026
Evaluation & Submission
Award will be based on the lowest price that conforms to the requirements outlined in the Statement of Work. All offerors must have an active registration and no exclusions in SAM.gov. Quotes must be submitted via email to Cody Anna (cody.m.anna.civ@army.mil) and Johanna Goman (johanna.a.goman.civ@army.mil).
Additional Notes
All amendments will be posted to www.sam.gov. Vendors are responsible for checking for any amendments at least 24 hours prior to the solicitation closing date. The solicitation incorporates applicable FAR and DFARS clauses by reference.