Lodging BPA for JBSA 433rd AW
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, 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
- Primary: Naomi Kabi (naomi.kabi.1@us.af.mil)
- Secondary: Ramon Marrufo (ramon.marrufo@us.af.mil)