Lodging BPA for JBSA 433rd AW

SOL #: FA301626Q0047Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA3016 502 CONS CL
JBSA LACKLAND, TX, 78236-5286, United States

Place of Performance

DWG, TX

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

Lodging Hotel/Motel (V231)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 13, 2026
2
Submission Deadline
Apr 24, 2026, 9:00 PM

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, 502 CONS CL, is soliciting proposals for a Blanket Purchase Agreement (BPA) to provide commercial lodging services for the 433rd Airlift Wing at Joint Base San Antonio (JBSA) Lackland, Texas. This Total Small Business Set-Aside opportunity seeks to establish multiple awards for a five-year period. Quotes are due by Friday, April 24, 2026, at 04:00 PM CST.

Opportunity Details

This is a combined synopsis/solicitation (RFQ FA301626Q0047) for commercial lodging services. The selected supplier(s) will provide accommodations for Government personnel, including 433rd AW reserve personnel during Unit Training Assemblies (UTAs) and other duty statuses, as requested by authorized callers. The period of performance for the BPA is five years from establishment. The Government intends to make up to four (4) awards, contingent on funding.

Scope of Work

Services include providing clean, adequately heated/cooled, non-smoking rooms with private baths, specific amenities (e.g., 20-inch color TVs, alarm clocks, dresser space), and daily maid service. Double rooms require two full-sized beds, and single rooms require one queen-sized bed. Facilities must offer 24-hour check-in/check-out, accept cancellations until 6:00 PM on the day of arrival, and be located within 15 miles of JBSA-Lackland. Compliance with FEMA Master list, ADA, and AFOSH 91-001 standards is required.

Contract & Payment

  • Contract Type: Blanket Purchase Agreement (BPA)
  • Pricing: Firm Fixed Price (FFP)
  • Period of Performance: Five years from BPA establishment.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS: 721110 (Hotels and Motels), size standard $40M.
  • Purchase Limitations: Individual calls by authorized callers shall not exceed $25,000. The BPA Master Limit is $846,000. Calls exceeding $25,000 must be made by the Contracting Officer.
  • Payment: Government Purchase Card (GPC), Government Travel Card (GTC), or Wide Area Workflow (WAWF). All transaction fees must be included in the price list. Itemized invoices with room folios and signed vouchers are required monthly.

Submission & Evaluation

  • Question Submission Deadline: Friday, April 17, 2026, 11:00 AM CST.
  • Quote Submission Deadline: Friday, April 24, 2026, 04:00 PM CST.
  • Submission Method: Electronically.
  • Award Basis: Lowest Priced Technically Acceptable (LPTA).
  • Evaluation Factors: Price Reasonableness and Technical Factor.
  • Technical Subfactors: Proof of Ownership or Management Agreement, Site Inspection, and Distance (preferred within 15 miles of JBSA-Lackland).
  • Eligibility: Offerors must be registered in SAM.
  • Required Attachments: Completed Price List Request form. Bidders must also adhere to the Service Contract Act Wage Determination (2015-5253, Rev. No. 28) for labor costs.

Contacts

People

Points of Contact

Naomi KabiPRIMARY
Ramon MarrufoSECONDARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 13, 2026
Lodging BPA for JBSA 433rd AW | GovScope