183 WG Regularly Scheduled Drill (RSD) Lodging FY26 BPA
ID: W50S7U-26-Q-0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M6 USPFO ACTIVITY ILANG 183SPRINGFIELD, IL, 62707-5003, USA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

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

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide lodging services for members of the 183d Wing during Regularly Scheduled Drills (RSDs) in Springfield, Illinois. The procurement involves establishing multiple Blanket Purchase Agreements (BPAs) for non-personal commercial lodging within a 13-mile radius of the 183d Wing, with a focus on ensuring clean, comfortable accommodations that adhere to government per diem rates and specific operational requirements, including 24/7 reservation acceptance and secure parking. Interested contractors must submit their capability statements and pricing information by January 22, 2026, with a minimum order value of $1.00 and a ceiling of $350,000. For further inquiries, potential bidders can contact Alicia C. Braun at Alicia.Braun@us.af.mil or Amanda Brenizer at Amanda.Brenizer@us.af.mil.

    Files
    Title
    Posted
    This Statement of Work (SOW) outlines a Blanket Purchase Agreement (BPA) for lodging services for members of the 183d Wing and tenant units participating in Regularly Scheduled Drills (RSDs). The objective is to provide necessary lodging, with the contractor responsible for all personnel, facilities, and services. Key operational requirements include 24/7 reservation acceptance through the 183d Mission Support Contracting (183 MSC) Office, specific room assignment rules (no shared rooms for different genders), adequate and secure parking, and 24-hour front desk staffing for check-in/check-out. Guests must provide personal payment for incidentals, and military IDs are required for verification. Cancellation policies require notification by the KO to the 183 MSC. No-shows will be billed to the Government. Rooms must be clean, comfortable, and well-maintained, with daily housekeeping and specific amenities. Non-smoking policies are enforced, with guests charged for cleaning if violated. The contractor must provide a full-time BPA Coordinator/Point of Contact and alternate(s) who can read, write, speak, and understand English. Third-party contracts are not permitted. The Government will not provide equipment or labor. Contractor-provided properties must meet all fire protection, safety, and sanitation requirements and be available for inspection. The Wing Commander reserves the right to refuse service. Guest security and key control are paramount, with compliance to all federal, state, and local regulations. Hotels must be within 13 miles of the 183d Wing and adhere to Government Per Diem rates. Contractors must be registered in the System for Award Management (SAM).
    The provided document, titled "Exhibit 1: Pricing Sheet - 183d Wing-Off Site Lodging," is a request for information (RFI) or a component of a Request for Proposal (RFP) aimed at gathering pricing and availability details from contractors for off-site lodging services for the 183d Wing. The primary purpose is to aid in developing a rooming list for future Blanket Purchase Agreement (BPA) Calls with selected hotels. Contractors are required to provide their name, point of contact, email, and phone number. The pricing sheet specifically requests nightly room availability per RSD (presumably a specific date or period) for both weekend and weekday rates, differentiating between single and double occupancy hotel rooms. Additionally, it asks if the contractor can provide "Buy-Out pricing," where half of the room cost is covered by the member. The document also requires the inclusion of current bed occupancy tax and city/county tax rates. A signature line for the contractor representative and their title is included, indicating that this is a formal submission for potential government contracting opportunities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Commercial Lodging BPA - Peterson SFB
    Dept Of Defense
    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.
    Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL
    Dept Of Defense
    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.
    Vermont Air National Guard RSD Lodging
    Dept Of Defense
    The Department of Defense, specifically the Vermont Air National Guard, is seeking qualified small businesses to provide lodging services for Regularly Scheduled Drill (RSD) events in South Burlington, Vermont. The procurement includes a Firm Fixed Price requirement for fully furnished lodging units for three separate periods in January, February, and March 2026, with specific quantities and types of rooms outlined in the solicitation. These services are critical for accommodating personnel during training exercises, ensuring compliance with health and safety regulations, and maintaining operational readiness. Interested vendors must submit their quotes electronically by January 13, 2026, at 3:00 PM EDT, and can direct inquiries to MSgt Kristen Lucey or MSgt James Yoshikawa at the provided contact information.
    Short term lodging JBLM WA
    Dept Of Defense
    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.
    665th SMC Lodging
    Dept Of Defense
    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.
    142nd HHB Yellow Ribbon
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is seeking qualified vendors to provide catering and lodging services for the 142nd HHB Yellow Ribbon event scheduled for February 8, 2026, in Fort Smith, Arkansas. The procurement includes the provision of 30 lodging rooms for the night prior to the event, breakfast for guests, and a buffet-style lunch for approximately 450 attendees, along with necessary meeting spaces and AV equipment. This event is part of the Yellow Ribbon Reintegration Program, which supports service members and their families during pre-deployment activities. Interested vendors must submit their quotes by January 19, 2026, and can direct inquiries to Leonard Roberson at leonard.d.roberson.civ@army.mil or by phone at 520-708-4436. The contract will be awarded based on best value, considering price and other factors, with a firm-fixed price purchase order anticipated.
    356 ETSG Tinian Hotel Services
    Dept Of Defense
    The Department of Defense, through the 356 Expeditionary Theater Support Group (ETSG), is seeking qualified small businesses to provide hotel lodging services on Tinian Island, Northern Mariana Islands. The procurement aims to establish one or more Blanket Purchase Agreements (BPAs) with a total master dollar limit of $5 million, covering a three-year ordering period from February 1, 2026, to January 31, 2029, to support military and government personnel. The selected contractors will be responsible for delivering safe and functional lodging, including a minimum of 120 beds, with specific requirements for facilities and services outlined in the Performance Work Statement. Interested parties must submit their quotes by January 31, 2026, at 11:00 AM ChST, and all inquiries should be directed to the primary contact at 356ECEG.CONS.Team@us.af.mil or the secondary contact, Rachel Kinsella, at rachel.kinsella@us.af.mil.
    Supply Blanket Purchase Agreement (Hardware)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking multiple small businesses to enter into a Blanket Purchase Agreement (BPA) for general hardware and lumber supplies at Fort Drum, New York. Interested contractors must be located within a 30-mile radius of Fort Drum and must be able to accept Government Purchase Cards, with potential payments exceeding $10,000 processed through Wide Area Workflow (WAWF). This procurement is crucial for supporting the Department of Public Works at Fort Drum, and BPAs will be evaluated annually based on price, socio-economic status, past performance, and technical capabilities. Interested parties should contact Samara Johnson at samara.e.johnson.civ@army.mil or Ernie Ixtlahuac at ernie.a.ixtlahuac.civ@army.mil for inquiries, ensuring they are registered in the System for Award Management (SAM) prior to submission.
    Hurlburt Field Linen Cleaning BPA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish Blanket Purchase Agreements (BPAs) for linen cleaning services at Hurlburt Field, Florida. The contractor will be responsible for providing all necessary management, tools, equipment, labor, and transportation to perform laundry and dry-cleaning services for the Commando Inn, with a service period from approximately January 30, 2026, to February 1, 2031. This procurement is crucial for maintaining operational readiness and hygiene standards at the facility, with a maximum BPA value of $320,000 and individual order limits of $25,000. Interested small businesses must submit their quotes by January 23, 2026, and direct any questions to Douglas McGee at douglas.mcgee.1@us.af.mil.
    SAFB Building 1600 FF&E D/B/B
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting a market survey for a Design-Bid-Build Furniture Package for the AMC HQ (Building 1600) at Scott Air Force Base, Illinois. The project entails providing furniture, demountable partitions, and seismic bracing for various administrative spaces within the 29,172 square meter facility, which includes offices, conference rooms, and supporting areas. This procurement is crucial for modernizing and renovating the administrative offices to meet operational needs and safety standards. Interested businesses, including Small Businesses, HUBZone, 8A, Woman-Owned Small Businesses, and Service-Disabled Veteran Owned Small Businesses, must submit their responses via a Microsoft Forms link by January 20, 2026, at 2:00 PM Eastern Time, and are required to provide company status verification, project experience, and details on subcontracting limitations. For further inquiries, contact Stephanie Drees at stephanie.n.drees@usace.army.mil or Jessica Moss at jessica.k.moss@usace.army.mil.