67 CW/HC Resiliency Retreat - Airman
ID: FA301625Q6178Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, USA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL (V231)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting quotes for commercial lodging services for the 67th CW/HC Resiliency Retreat - Airman, scheduled for August 29-31, 2025. The procurement requires resort-style accommodations for 33 adults, including private rooms, meals, training materials, and on-site recreational facilities, all located within 75-200 miles of Joint Base San Antonio (JBSA) Lackland Air Force Base. This retreat is crucial for providing a supportive environment for Airmen, emphasizing wellness and resilience. Interested vendors must submit their quotes by August 21, 2025, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Jaison Saavedra at jaison.saavedra@us.af.mil or 210-446-7548.

    Point(s) of Contact
    Files
    Title
    Posted
    The 67th Cyberspace Wing (CW) Religious Support Team (RST) at Joint Base San Antonio (JBSA), Texas, requires non-personal services for a singles retreat from August 29-31, 2025. The retreat, located 75-200 miles from JBSA-Lackland Air Force Base, needs resort-style accommodations for 33 adults (30 singles, 3 staff) for two nights. Requirements include private rooms with king/queen beds, private bathrooms, TV, Wi-Fi, refrigeration, microwave, and coffee maker. The venue must provide a meeting room for 33 with AV support, air conditioning, water, coffee, snacks, notepads, and pens. On-site recreation, including a fitness center, indoor/outdoor pool, and spa access, is mandatory. Parking for all attendees is required. Five meals (2 breakfasts, 1 lunch, 2 dinners) must be provided, with dietary accommodations. Security protocols, including key control and confidentiality, are strict. The property must comply with the Hotel and Motel Fire and Safety Act (FEMA Master list), ADA, and AFOSH 91-001, and offer tax-free status with all gratuities included in the price.
    The 67th Cyberspace Wing (CW) Religious Support Team (RST) at Joint Base San Antonio (JBSA), Texas, requires non-personal services for a singles retreat. The retreat aims to promote mental resilience and personal/spiritual growth for active duty and reserve members and their dependents. The selected vendor must provide resort-style accommodations, including rooms, training materials, meals, parking, and on-site recreational activities like a water park, rock climbing, bowling, and spa access. The retreat will host 33 participants and 3 staff members for two nights (August 29-31). The location must be 75-200 miles from JBSA-Lackland Air Force Base, Texas. Key requirements include a meeting room for 33 with AV support, 33 private lodging rooms with specific amenities, and five meals (two breakfasts, one lunch, two dinners). The vendor must accommodate dietary restrictions, ensure tax-free status, and include all gratuities in the price. Strict security and safety protocols, including key control and compliance with Hotel and Motel Fire and Safety Act, FEMA Master list, ADA, and AFOSH 91-001, are mandatory.
    The "Resiliency Retreat - Airman - Pre-Bid Questions & Answers Amendment 0001 FA301625Q6178" document addresses inquiries regarding a retreat organized by the Department of the Air Force. Key details include daily refreshments with specific snack types (pastries, granola bars, nuts, fruit) for August 30, 2025, training only. No children will attend, and childcare is not required. Resorts must meet Performance Work Statement (PWS) requirements, with photos/virtual tours preferred. Branded materials are unnecessary. Cancellation fees beyond lodging are not covered. The facility does not need to be pet-friendly. AV equipment includes one mic, one screen, one podium, and HDMI hookups. Breakfast will be a buffet, and lunch/dinner will be meal vouchers. The conference room is needed only for the 0900–1300 training block. A lump sum pricing is acceptable, but a detailed quote is preferred. Seating will be rounds. Dinner on Friday, August 29, is confirmed, and payment for vouchers will be included in the vendor quote. Third-party proposals are not accepted.
    Amendment 0001 to Solicitation FA301625Q6178, "Resiliency Retreat - Airman," from the 502 Contracting Squadron/JBKAC, introduces key revisions. The solicitation now explicitly states that only commercial lodging property owners or their legally contracted management companies are eligible to submit offers, excluding all third-party offerors. Additionally, Attachment 2, containing "Questions and Answers" from vendors, has been added. All other original terms and conditions of the solicitation remain unchanged. Offerors are required to acknowledge receipt of this amendment by signing and submitting the endorsement with their quote. For further inquiries, Jaison Saavedra can be contacted. The amendment was digitally signed by Ramon Marrufo, Contracting Officer, on August 6, 2025.
    Amendment 0002 to Solicitation FA301625Q6178, issued by the 502 Contracting Squadron/JBKAC, revises the Resiliency Retreat - Airman solicitation. Key changes include a refined "Best Value Determination" emphasizing reasonable price and technically acceptable quotes, evaluated based on price and resort amenities that best fit government needs. The Performance Work Statement now specifies resort-style accommodations, including rooms, training materials, meals, parking, water park, and SPA access. The due dates for offers and questions have been extended to August 20th and August 18th, 2025, respectively. All other terms remain unchanged, and receipt of the amendment must be acknowledged with the firm's quote. For inquiries, contact Jaison Saavedra.
    The provided government file, though largely illegible due to significant character corruption, appears to be a technical document related to procurement or a grant, possibly detailing specifications or requirements. The visible text fragments suggest a structured format, typical of federal or state RFPs, with sections that might include technical parameters, compliance standards, or project descriptions. The presence of alphanumeric sequences and special characters indicates a highly formatted document, likely containing codes, identifiers, or data points crucial for government contracting or grant applications. Despite the extensive corruption, the inherent structure points to a formal communication document within the public sector. Further analysis would require a clean, readable version of the file to determine its exact purpose and content.
    The 67th Cyberspace Wing (CW) Religious Support Team (RST) at Joint Base San Antonio, Texas, has issued a Performance Work Statement (PWS) for a singles retreat scheduled for August 29-31, 2025. The primary objective is to foster personal and spiritual growth among active duty and reserve personnel through a resort-style environment. Requirements include lodging, meals, training materials, and recreational activities such as swimming, rock climbing, and bowling. Contractors must provide accommodations for 33 individuals over two nights, with private rooms that include essential amenities. A minimum of one meeting space equipped with audio-visual support for at least 33 participants must be available. Meals include two breakfasts, one lunch, and two dinners, with special dietary needs accommodated. The designated location must be 75-200 miles from JBSA-Lackland Air Force Base and comply with safety standards including the Hotel and Motel Fire Safety Act and the Americans with Disabilities Act. Overall, the retreat aims to support mental resilience while ensuring adherence to security and logistical requirements appropriate for military personnel.
    The Request for Quote (RFQ) FA301625Q6178, issued by the 67th CW/HC, seeks proposals for an Airman Resiliency Retreat. This is a combined synopsis/solicitation for commercial lodging services, specifically open to property owners or legally contracted management companies, excluding third-party offerors. The NAICS code is 721110 (Hotels and Motels) with a $40 million size standard. Questions regarding the RFQ are due by August 6, 2025, at 1:00 PM CDT, and quotes must be submitted by August 13, 2025, at 1:00 PM CDT. Proposals must include pricing for all line items as per the Performance Work Statement. Award will be based on the Lowest Priced, Technically Acceptable (LPTA) offer, with evaluation criteria focusing on technical acceptability and reasonable pricing. Offerors must be registered with the System for Award Management (SAM) and comply with various federal acquisition regulations, including those concerning supply chain security and electronic invoicing via Wide Area WorkFlow (WAWF). The retreat is scheduled for August 29-31, 2025.
    The Request for Quote (RFQ) FA301625Q6178 is a solicitation for commercial lodging services for the 67th CW/HC Resiliency Retreat - Airman, with quotes effective until September 30, 2025. The NAICS code is 721110 Hotels (except Casino Hotels) and Motels, with a size standard of $40.0 million. Only property owners or legally contracted management companies can submit quotes; third-party offers will not be accepted. Questions must be submitted by August 18, 2025, at 2:00 PM CDT, and quotes are due by August 20, 2025, at 1:00 PM CDT. Quotes must include all line items, specifically CLIN 0001 for "Resiliency Retreat - Airman." Award will be a firm fixed-price purchase order based on the lowest-priced, technically acceptable, and responsive quote, considering price and resort amenities that meet government needs. Quoters must be registered with SAM and provide electronic copies of the filled-out synopsis/solicitation, FAR 52.212-3, and a detailed quote breakdown IAW the Performance Work Statement. Delivery is scheduled for August 29-31, 2025.
    The Request for Quote (RFQ) FA301625Q6178 is a combined synopsis/solicitation for commercial lodging services for the 67th CW/HC Resiliency Retreat - Airman, with quotes effective until September 30, 2025. The NAICS code is 721110 (Hotels and Motels) with a $40 million size standard. Only property owners or legally contracted management companies can submit quotes; third-party offers are not accepted. Questions must be submitted by August 18, 2025, at 2:00 PM CDT, and quotes are due by August 21, 2025, at 12:00 PM CDT. Award will be a single firm-fixed-price purchase order based on the lowest-priced, technically acceptable, and responsive quote, with a focus on price and resort amenities. Delivery is scheduled for August 29-31, 2025. Vendors must be registered in the System for Award Management (SAM) to be eligible for award, and must submit a complete quote including all line items and required attachments.
    This Request for Quote (RFQ) FA301625Q6178, issued by 502 CONS/JBKAC, seeks a "67th CW/HC RESILIENCY RETREAT - AIRMAN" service. The solicitation, effective until September 30, 2025, is unrestricted but requires vendors to be registered under NAICS code 721110 (Hotels (except Casino Hotels) and Motels) with a $40 million size standard. Quotes are due by August 13, 2025, at 1:00 PM Central Daylight Time. Questions must be submitted by August 6, 2025, at 1:00 PM CDT to jaison.saavedra@us.af.mil and ramon.marrufo@us.af.mil. The award will be a single firm-fixed-price purchase order based on the Lowest Priced, Technically Acceptable (LPTA) offer. Key evaluation factors are technical acceptability and reasonable pricing. Vendors must quote all CLINs, register with the System for Award Management (SAM), and consider various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including those related to supply chain security and electronic invoicing via Wide Area WorkFlow (WAWF).
    The document is a Request for Quote (RFQ) for a resiliency retreat for Airmen, identified as FA301625Q6178. It seeks quotes for commercial services, specifically a "Resiliency Retreat," with responses due by August 13, 2025. The requirement is categorized under NAICS 721110 for Hotels and Motels, with a budget standard of $40 million. Vendors must submit pricing for all listed line items and are restricted to those registered within the indicated NAICS. The contract will be awarded based on the lowest priced, technically acceptable submissions. The RFQ outlines submission guidelines, including electronic invoices and capacity for electronic transactions through the Wide Area Workflow (WAWF) system. Key factors for evaluation include technical acceptability and reasonable pricing, with a particular emphasis on meeting a detailed Performance Work Statement. It also specifies mandatory registrations with the System for Award Management (SAM) and outlines provisions regarding compliance with various regulations and legal stipulations. The document indicates that the government reserves the right to cancel the RFQ and does not bear expenses incurred by vendors in preparation or submission.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide non-personal commercial lodging accommodations within a 30-mile radius of Homestead Air Reserve Base (ARB), Florida. This procurement involves establishing multiple Blanket Purchase Agreements (BPAs) for single and double occupancy hotel rooms during training periods, with a focus on maintaining high-quality living conditions and compliance with specified standards. The awarded BPAs will have a performance period of up to five years, with a minimum order value of $1.00, and must adhere to General Services Administration (GSA) Per Diem rates. Interested contractors must submit a capability statement to Contract Specialist Tahj Guilford at Tahj.Guilford.2@us.af.mil by January 7, 2029, at 4:00 PM EST, to be considered for this opportunity.
    NVANG UTA LODGING JANUARY 2025 - DECEMBER 2026
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide lodging accommodations for authorized personnel of the Nevada Air National Guard's 152d Airlift Wing from January 2025 to December 2026. The procurement requires single and double occupancy lodging within a three-mile radius of the 152d Airlift Wing located in Reno, NV, ensuring that all facilities meet public health and security standards. This contract is vital for supporting training activities and will be awarded based on best value criteria, including pricing and technical capability. Interested vendors must submit their quotes via email to the designated contacts by 10:00 AM PDT on December 17, 2025, with a firm-fixed-price contract anticipated.
    COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO
    Buyer not available
    The Department of Defense is seeking non-personal lodging services within a ten-mile radius from Peterson Air Force Base in Colorado. This requirement is set-aside for Small Businesses (SB) only and aims to award multiple Blanket Purchase Agreements (BPAs) for commercial lodging services. The lodging services should be able to meet the requirements defined in the Statement of Work (SOW), including the ability to block off rooms for reservation within the approved GSA Per Diem Rates that are Tax Exempt. The awarded BPAs will have a five-year period of performance with a minimum order value of $1.00 up to a ceiling of $500,000.00. Contractors interested in this opportunity should submit a capability statement demonstrating their aptitude and capability to meet all the requirements. The capability statement should include the contractor's name, physical address, point of contact information, verification of SAM Registration and/or DUNs/Cage Numbers, and a small business identification and size capability statement. The awarded BPAs will incorporate all the terms and conditions defined in the solicitation. This opportunity will be open for five years to allow for additional contractors/companies to be considered for award of a BPA. Interested contractors should submit their capability statement to the Contract Specialist and Contracting Officer listed in the document.
    Commercial Lodging BPA - Peterson SFB
    Buyer not available
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified small businesses to provide commercial lodging services under a Blanket Purchase Agreement (BPA) for personnel stationed at Peterson Space Force Base in Colorado. The contractor will be responsible for supplying single and double occupancy hotel or motel rooms within ten miles of the base, ensuring compliance with specified performance standards, including security, cleanliness, and accessibility. This procurement is vital for accommodating military personnel, particularly Air Reserve Airmen, during their assignments, with the BPA set to remain open for responses until November 25, 2029. Interested vendors should contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details.
    Hotel Lodging BPA
    Buyer not available
    The Department of Defense, specifically the Oklahoma Air National Guard, is seeking proposals for a Blanket Purchase Agreement (BPA) for hotel lodging services from January 1, 2026, to December 31, 2030. The procurement aims to establish firm-fixed price agreements with lodging vendors to provide billeting services for its members, ensuring compliance with specific requirements such as competitive pricing, private baths, air conditioning, and daily housekeeping. This initiative is crucial for accommodating personnel during training and operational activities, with a maximum call limit of $350,000 per vendor. Proposals are due by December 16, 2025, at 10:00 AM CST, and interested parties must be registered in SAM and submit completed certifications. For further inquiries, contact Kurt A Ennis at kurt.ennis.4@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.mil.
    665th SMC Lodging
    Buyer not available
    The Department of Defense, specifically the South Dakota Army National Guard, is seeking commercial lodging services for an upcoming event in Mitchell, SD, scheduled from November 13 to November 15, 2025. The requirement includes providing a total of 153 rooms, with an estimated 51 rooms needed per night for the duration of the stay. This procurement is categorized as a total small business set-aside under FAR Part 19.5, and the contract will be awarded as a Firm Fixed Price, contingent upon the availability of fiscal year 2026 funds. Interested vendors can reach out to Andrew Kennedy at andrew.j.kennedy16.civ@army.mil or by phone at 605-737-6731 for further details, with the solicitation expected to be posted within a week of this presolicitation notice.
    FY26 CYP WINTER RETREAT
    Buyer not available
    The Department of Defense, through the United States Property and Fiscal Office for Alaska (USPFO-AK), is soliciting proposals for the rental of a recreational camp facility to host the Alaska National Guard Child & Youth Program's (AKARNG CYP) Winter Retreat from January 16-19, 2026. The selected contractor must provide lodging, meals, and specialized activities for youth aged 12-18, accommodating a total of 20 individuals with separate sleeping arrangements for males and females, as well as necessary amenities such as heated bathrooms and meeting spaces. This opportunity is crucial for supporting the developmental needs of youth in the program, ensuring a safe and engaging environment for their winter retreat. Interested parties must ensure their System for Award Management (SAM) registration is active and submit any questions by December 11, 2025, with the solicitation available electronically on the SAM website. For further inquiries, contact Michael Figueroa at michael.figueroa29.civ@army.mil or Alexis Potter at alexis.d.potter.civ@army.mil.
    Lodging Support-PALMETTO REACH Saipan/Palau
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for lodging support services under the combined synopsis/solicitation FA441826Q0004 for Operation PALMETTO REACH in Saipan and Palau. The procurement aims to secure accommodations for approximately 123 individuals in Saipan and 79 in Palau from January 6-20, 2026, with specific requirements outlined in the Performance Work Statement, including room occupancy limits, amenities, and custodial services. This opportunity is a 100% Small Business Set-Aside, with proposals due by December 15, 2025, at 12:00 PM EST, and interested parties should direct inquiries to Levi Mowrey at levi.mowrey@us.af.mil or TSgt Patrick Thomas at patrick.thomas.30@us.af.mil.
    Short term lodging JBLM WA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking short-term lodging services at Joint Base Lewis-McChord (JBLM) in Washington. The procurement aims to provide accommodations for personnel, highlighting the importance of reliable lodging options for military operations and personnel support. Interested vendors can find more details and contact the primary support team at Marketplace Support via email at MarketplaceSupport@unisonglobal.com or by phone at 1.877.933.3243. There are no set-asides for this opportunity, and the NAICS code for this procurement is 721110, which pertains to hotels and motels.
    Atlanta Hotels Holiday Block Leave
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Moore, is seeking quotes for hotel accommodations to support the holiday block leave mission for the 194th Armored Brigade in Atlanta, Georgia. The requirement includes booking king and double rooms with private bathrooms for the dates of December 18-20, 2024, and January 2-4, 2025, within a 1-2 mile radius of the Atlanta Airport Gateway Center, ensuring easy access to the SkyTrain Station. This initiative is crucial for facilitating safe travel for military personnel during the holiday season, emphasizing the need for adequate lodging and transportation services. Interested small businesses must be registered in SAM.gov and submit their proposals electronically by December 15, 2024; for further inquiries, they can contact Stacia M. Rivers at stacia.m.rivers.civ@army.mil or Saundra M. Love at saundra.m.love.civ@army.mil.