QCYS Teen Panel Event
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 District of Columbia Army National Guard (DCARNG) is seeking proposals for event space, meals, and lodging to host a Military Family Readiness Workshop (Teen Panel). This Total Small Business Set-Aside opportunity requires a facility within a 5-mile radius of zip code 22204 in Arlington, VA. The solicitation, W912R126QA004, is for Firm Fixed Price services, with offers due by March 10, 2026, 3:00 PM EST.
Scope of Work
The contractor will provide comprehensive services for up to 20 attendees, including:
- Meals: Breakfast for 20 people daily from April 9-12, 2026, with specific minimums (e.g., bread, protein, cereal, fruit, juice, coffee/tea, and water).
- Lodging: Four (4) double and seven (7) single non-smoking guest rooms for the nights of May 8-11, 2026.
- Conference Space: One (1) general session conference room suitable for 20 participants, required from April 8-12, 2026.
Facility Requirements
The chosen facility must:
- Be located within a 5-mile radius of 22204, Arlington, VA, and not be a casino hotel/motel.
- Have a 3-star rating or higher (AAA or Forbes Travel Guide).
- Provide on-site parking for at least 5 vehicles within a 2-minute walk of meeting spaces.
- Offer complimentary shuttle service between the hotel and the National Guard Bureau (111 South George Mason Drive, Arlington, VA), and between the hotel and Ronald Reagan Airport.
- Include complimentary WiFi.
- Ensure guest rooms are in good working condition with functional utilities, primary/secondary locks, controlled HVAC, private baths, and daily bed making/linens.
- Have procedures for utility failures exceeding 2 hours, including potential relocation at no cost to the government.
- Allow access to facility pools, lounges, and parking areas.
- Comply with all local fire, health, safety, and sanitation regulations.
Contract & Timeline
- Contract Type: Firm Fixed Price Solicitation (W912R126QA004).
- Set-Aside: Total Small Business (NAICS Code: 721110, Size Standard: $40,000,000.00).
- Product Service Code: V231 (Lodging Hotel/Motel).
- Period of Performance: Meals: April 9-12, 2026; Lodging: May 8-11, 2026; Conference Space: April 8-12, 2026.
- Solicitation Issued: February 27, 2026.
- Questions Due: March 10, 2026, 11:00 AM EST.
- Offers Due: March 10, 2026, 3:00 PM EST.
Submission & Evaluation
Quotes must be submitted electronically to the Contract Specialist and Contracting Officer. Submissions should be unclassified and structured according to CLINs with Unit Price and Total amounts. Award will be based on a best value determination, considering price, past performance, event facility location, lodging quality, and menu items. Electronic invoicing via the WAWF system is required.
Contact
For inquiries, contact MAJ Darrin Weaver at darrin.j.weaver.mil@army.mil.