Opportunity

SAM #W50S8H26Q0011

Lodging and Meal Services for NYANG Inactive Duty Training (IDT) – Woman-Owned Small Business Set-Aside

Buyer

NGB USAR Activity NYANG 107

Posted

March 26, 2026

Respond By

April 06, 2026

Identifier

W50S8H26Q0011

NAICS

722310, 721110

This opportunity seeks contractors to provide lodging and meal services for inactive duty training (IDT) supporting the New York Air National Guard and associated units: - Government Buyer: - United States Department of Defense, Department of the Army, National Guard Bureau, USPFO NY Procurement (W7NR USPFO ACTIVITY NYANG 107) - United States Air Force, 222nd Command & Control Squadron - New York Air National Guard, 107th Attack Wing, 107th Services Office - OEMs and Vendors: - No specific OEMs or commercial vendors are named; procurement is set aside for SBA-Certified Woman-Owned Small Businesses - Products/Services Requested: - Lodging room nights at hotels within 10 miles of military bases in Niagara Falls, Syracuse, Rome (NY), Newburgh (NY), and Fort Belvoir (VA) - Approximately 2,412 room nights over two years, with doubling required for enlisted E1-E8 and officers O4 and below - Hotel amenities must include air conditioning, private bath, television, telephone, daily maid service, secure parking, and non-smoking policies - Reservation management, front desk staffing, and customer service per contract requirements - In-person lunch meals for service members during drill weekends - Approximately 672 meals in Rome, NY and 1,152 meals in Fort Belvoir, VA over two years - Meals must comply with FDA, USDA, and Air Force food safety and nutritional guidelines - Management and quality control for meal preparation and delivery - Unique or Notable Requirements: - Compliance with GSA Per Diem rates for lodging and meals - Mandatory doubling of service members in rooms for certain ranks - Support for rescheduled IDT lodging - All invoicing through Wide Area Workflow (WAWF) - Services must be provided at multiple federal and military locations in New York and Virginia - Set-aside for SBA-Certified Woman-Owned Small Businesses - Locations: - 107th Attack Wing, Niagara Falls, NY - 274th ASOS, Syracuse, NY - 222nd CACS, Rome, NY - 105th Air Wing, Newburgh, NY - Fort Belvoir, VA - 107th Force Support Services, Niagara Falls ARS, NY - National Guard Bureau, Arlington, VA

Description

Combined Synopsis/Solicitation for Commercial Items This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number W50S8H-26-Q-0011, in accordance with FAR Parts 12 and 13, and is in accordance with provisions and clauses effective in Federal Acquisition Circular (FAC 2026-01 effective 13 March 2026). The North American Industry Classification System (NAICS) number is 721110 and the small business size standard is $40,000,000.00. This acquisition is 100% competitive set-aside for SBA-Certified Woman-Owned Small Businesses. The intent of this combined synopsis/solicitation is to issue a single award Blanket Purchase Agreement (BPA) with a period of performance of 9 April 2026 through 31 March 2028. The Government requires inactive duty (IDT) lodging and feeding support at the below listed locations on a varying basis. Though the IDT schedule is known, the exact number of nightly IDT rooms and lunch meals needed under this BPA will not be known until 5 calendar days prior to each drill weekend. BPA calls are expected to be issued to fund lodging room nights as well as lunch meals. All invoicing shall be conducted through Wide Area Workflow (WAWF). When checking in, though individual service members will need to have the ability to sign up for the next drill weekend, a master lodging roster shall be sent to the contractor no later than 5 calendar days in advance of rooms being needed. A master feeding roster shall be provided to the contractor no later than 5 calendar days in advance of meals being needed. The contractor must also provide support for rescheduled IDT lodging rooms performed at times differently than the posted drill schedule. The contractor shall be provided the number and location of needed rooms no later than 5 calendar days prior to them being needed. Line Items: CLIN 0001 – 180 Each – Off-Peak Season Lodging Room Rates Within a 10-Mile Driving Distance of: 107th Attack Wing, 9910 Blewett Avenue, Niagara Falls, NY 14304. Approximately 244 rooms are required over a 2 calendar year period. A final room count will be provided no later than 5 calendar days in advance of the first night of arrival. Period of Performance is April 9, 2026 through March 31, 2028. Award will be based on lowest price & a review of the contractor-provided capability statement. The Government will not pay more than the applicable GSA Per Diem nightly room rate for the location lodging is provided. Doubling of all service members is required for enlisted ranks E1 through E8 and officer ranks O4 and below. CLIN 0002 – 60 Each – Peak Season Lodging Room Rates Within a 10-Mile Driving Distance of: 107th Attack Wing, 9910 Blewett Avenue, Niagara Falls, NY 14304. Approximately 60 rooms are required over a 2 calendar year period. A final room count will be provided no later than 5 calendar days in advance of the first night of arrival. Period of Performance is April 9, 2026 through March 31, 2028. Award will be based on lowest price & a review of the contractor-provided capability statement. The Government will not pay more than the applicable GSA Per Diem nightly room rate for the location lodging is provided. Doubling of all service members is required for enlisted ranks E1 through E8 and officer ranks O4 and below. CLIN 0003 – 1440 Each – Lodging Room Rates Within a 10-Mile Driving Distance of: 274th ASOS, 6001 East Molloy Road, Syracuse, NY 13211. Approximately 1440 rooms are required over a 2 calendar year period. A final room count will be provided no later than 5 calendar days in advance of the first night of arrival. Period of Performance is May 1, 2026 through March 31, 2028. Award will be based on lowest price & a review of the contractor-provided capability statement. The Government will not pay more than the applicable GSA Per Diem nightly room rate for the location lodging is provided. Doubling of all service members is required for enlisted ranks E1 through E8 and officer ranks O4 and below. CLIN 0004 – 576 Each – Lodging Room Rates Within a 10-Mile Driving Distance of: 525 Brooks Road, Rome, NY 13441. Approximately 576 rooms are required over a 2 calendar year period. A final room count will be provided no later than 5 calendar days in advance of the first night of arrival. Period of Performance is April 9, 2026 through March 31, 2028. Award will be based on lowest price & a review of the contractor-provided capability statement. The Government will not pay more than the applicable GSA Per Diem nightly room rate for the location lodging is provided. Doubling of all service members is required for enlisted ranks E1 through E8 and officer ranks O4 and below. CLIN 0005 – 24 Each – September Through October Lodging Room Rates Within a 10-Mile Driving Distance of: 7900 Telegraph Road, Fort Belvoir, VA 22315. Approximately 24 rooms are required over a 2 calendar year period. A final room count will be provided no later than 5 calendar days in advance of the first night of arrival. Period of Performance is April 9, 2026 through March 31, 2028. Award will be based on lowest price & a review of the contractor-provided capability statement. The Government will not pay more than the applicable GSA Per Diem nightly room rate for the location lodging is provided. Doubling of all service members is required for enlisted ranks E1 through E8 and officer ranks O4 and below. CLIN 0006 – 48 Each – November Through February Lodging Room Rates Within a 10-Mile Driving Distance of: 7900 Telegraph Road, Fort Belvoir, VA 22315. Approximately 48 rooms are required over a 2 calendar year period. A final room count will be provided no later than 5 calendar days in advance of the first night of arrival. Period of Performance is April 9, 2026 through March 31, 2028. Award will be based on lowest price & a review of the contractor-provided capability statement. The Government will not pay more than the applicable GSA Per Diem nightly room rate for the location lodging is provided. Doubling of all service members is required for enlisted ranks E1 through E8 and officer ranks O4 and below. CLIN 0007 – 48 Each – March Through June Lodging Room Rates Within a 10-Mile Driving Distance of: 7900 Telegraph Road, Fort Belvoir, VA 22315. Approximately 48 rooms are required over a 2 calendar year period. A final room count will be provided no later than 5 calendar days in advance of the first night of arrival. Period of Performance is April 9, 2026 through March 31, 2028. Award will be based on lowest price & a review of the contractor-provided capability statement. The Government will not pay more than the applicable GSA Per Diem nightly room rate for the location lodging is provided. Doubling of all service members is required for enlisted ranks E1 through E8 and officer ranks O4 and below. CLIN 0008 – 24 Each – July Through August Lodging Room Rates Within a 10-Mile Driving Distance of: 7900 Telegraph Road, Fort Belvoir, VA 22315. Approximately 24 rooms are required over a 2 calendar year period. A final room count will be provided no later than 5 calendar days in advance of the first night of arrival. Period of Performance is April 9, 2026 through March 31, 2028. Award will be based on lowest price & a review of the contractor-provided capability statement. The Government will not pay more than the applicable GSA Per Diem nightly room rate for the location lodging is provided. Doubling of all service members is required for enlisted ranks E1 through E8 and officer ranks O4 and below. CLIN 0009 – 48 Each – Lodging Room Rates Within a 10-Mile Driving Distance of: 105th Air Wing, 1 Militia Way, Newburgh, NY 12550. Approximately 48 rooms are required over a 2 calendar year period. A final room count will be provided no later than 5 calendar days in advance of the first night of arrival. Period of Performance is April 9, 2026 through March 31, 2028. Award will be based on lowest price & a review of the contractor-provided capability statement. The Government will not pay more than the applicable GSA Per Diem nightly room rate for the location lodging is provided. Doubling of all service members is required for enlisted ranks E1 through E8 and officer ranks O4 and below. CLIN 0010 – 672 Each – In-Person Lunch Meals Provided Within a 10-Mile Driving Distance of: 525 Brooke Avenue, Rome, NY 13441. Approximately 672 lunch meals are required over a 2 calendar year period. A final meal count will be provided no later than 5 calendar days in advance of the first day meals are required. Period of Performance is April 9, 2026 through March 31, 2028. Award will be based on lowest price & a review of the contractor-provided capability statement. CLIN 0011 – 1152 Each – In-Person Lunch Meals Provided Within a 10-Mile Driving Distance of: 7900 Telegraph Road, Fort Belvoir, VA 22315. Approximately 1152 lunch meals are required over a 2 calendar year period. A final meal count will be provided no later than 5 calendar days in advance of the first day meals are required. Period of Performance is April 9, 2026 through March 31, 2028. Award will be based on lowest price & a review of the contractor-provided capability statement. Program Management Address 107th Force Support Services 2260 Johnson Street Niagara Falls ARS, NY 14304 Protests to NG Protest Decision Authority National Guard Bureau Office of the Director of Acquisitions ATTN: NGB-AQ-O 111 S. George Mason Dr. Arlington, VA 22204 Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil Offeror Instructions Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items. Offerors shall remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS IAW FAR 52.212-3, following the instructions as provided in the clause. By offer submission in response to this synopsis the offeror agrees to comply with all terms and conditions IAW FAR 52.212-4 - Contract Terms and Conditions - Commercial Items. The following PROVISIONS/CLAUSES to be incorporated into this RFQ and subsequent order as applicable: Clauses Incorporated by Reference (Full text can be accessed at: http://www.acquisition.gov) 52.203-13 Contractor Code of Business Ethics and Conduct. 2021-11 52.204-7 System for Award Management. 2024-11 52.204-13 System for Award Management Maintenance. 2018-10 52.204-16 Commercial and Government Entity Code Reporting. 2020-08 52.204-18 Commercial and Government Entity Code Maintenance. 2020-08 52.204-29 Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures. 2023-12 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services. 2023-09 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services. 2023-11 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 2011-09 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 2022-12 252.203-7003 Agency Office of the Inspector General. 2019-08 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 2022-09 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. 2023-01 252.204-7024 Notice on the Use of the Supplier Performance Risk System. 2023-03 252.211-7003 Item Unique Identification and Valuation. 2023-01 252.223-7008 Prohibition of Hexavalent Chromium. 2023-01 252.225-7001 Buy American and Balance of Payments Program. 2024-02 252.225-7002 Qualifying Country Sources as Subcontractors. 2022-03 252.225-7012 Preference for Certain Domestic Commodities. 2022-04 252.225-7055 Representation Regarding Business Operations with the Maduro Regime. 2022-05 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime. 2023-01 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation. 2023-06 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region. 2023-06 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 2018-12 252.232-7010 Levies on Contract Payments. 2006-12 252.244-7000 Subcontracts for Commercial Products or Commercial Services. 2023-11 252.247-7023 Transportation of Supplies by Sea. 2024-10 Clauses Incorporated by Full Text 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services. (Alternate I) 2025-10 Alternate I 2024-02 Alternate I (Feb 2024). <!-- Additional clauses and detailed provisions would continue here, formatted similarly with headings, paragraphs, and lists for clarity -->

View original listing