Skip to content
Department of Defense

2026 MXG/MSG Single's Retreat

Solicitation: FA468626QS010
Notice ID: bd7e705c6092493b86623283a0367819

Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Feb 06, 2026. Industry: NAICS 721110 • PSC V231.

Market snapshot

Awarded-market signal for NAICS 721110 (last 12 months), benchmarked to sector 72.

12-month awarded value
$8,342,200
Sector total $24,223,355 • Share 34.4%
Live
Median
$62,563
P10–P90
$35,770$3,396,900
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
34.4%
share
Momentum (last 3 vs prior 3 buckets)
+100%($8,342,200)
Deal sizing
$62,563 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CA
Live POP
Place of performance
Campo Seco X, California • 95903 United States
State: CA
Contracting office
Beale Afb, CA • 95903-1702 USA

Point of Contact

Name
Capt Estefania Restrepo
Email
estefania.restrepo@us.af.mil
Phone
Not available
Name
SrA Ezekiel Onumah
Email
ezekiel.onumah.1@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR COMBAT COMMAND
Office
FA4686 9 CONS PK
Contracting Office Address
Beale Afb, CA
95903-1702 USA

More in NAICS 721110

Description

SOLICITATION AMENDMENT 0003 to FA468626QS010

A. The purpose of this amendment is to: 1) Incorporate Federal Acquisition Regulation (FAR) clause 52.232-18, Availability of Funds, into the solicitation, and 2) Provide a revised solicitation document.

B. The following clause is hereby incorporated into the solicitation by full text:

52.232-18 Availability of Funds (Apr 1984)

Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.

(End of clause)

C. The solicitation document, previously titled "Attachment 1_1449_Solicitation - FA468626QS010.pdf", is hereby deleted in its entirety and replaced with the revised solicitation document titled "Attachment 1_1449_Amendment_FA468626QS0100001"  which is attached to this amendment. Offerors are responsible for reviewing the revised document.

D. All other terms and conditions of the solicitation, as previously amended, remain unchanged.

E. Offerors must acknowledge receipt of this amendment by signing and returning this form, or by acknowledging it in their proposal as specified in the solicitation instructions.

SOLICITATION AMENDMENT 0002 To FA468626QS010

A. The purpose of this amendment is to: 1) post an additional official response to a timely question received from industry, and 2) establish a final deadline for the submission of all questions.

B. The following questions and the Government's corresponding answers are hereby provided:

Question 1: "how do you want the proposal submitted?"
Answer 1: All proposals shall be submitted via email to SrA Onumah at ezekiel.onumah.1@us.af.mil and Capt. Restrepo at estefania.restrepo@us.af.mil no later than the date and time specified in the solicitation. Acceptable file formats include Adobe PDF, Microsoft Word, or Microsoft Excel. Offerors must prepare their proposals in accordance with all instructions outlined in FAR clause 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services, which is incorporated into the solicitation document.

Question 2: "We are preparing a quotation for RFQ FA468626QS010. The NAICS listed is 721110 (Hotels except Casino Hotels). For clarification purposes, would a resort property that otherwise meets all Statement of Need requirements... but is branded as a “Hotel & Casino” be considered acceptable for this requirement?"
Answer 2: The NAICS code selected for this requirement is 721110, Hotels (except Casino Hotels) and Motels. As specified by the NAICS description, the Government is soliciting offers from facilities whose primary classification is not that of a casino hotel. Therefore, an offer from a facility classified as a Casino Hotel would not be considered acceptable for this specific requirement.
 

Question 3: "Please clarify if per diem rates apply and confirm the Government's tax-exempt status."
Answer 3: Yes, pricing for lodging and meals must be at or below the established government per diem rates for the specified location. This lodging agreement constitutes a direct purchase by the United States Government. Payment will be made via Wide Area Workflow (WAWF). In accordance with federal tax immunity, the Contractor shall not charge state or local lodging taxes, including but not limited to Transient Occupancy Tax (TOT), Lodging Tax, Tourism Improvement District fees, or similar assessments. The successful offeror will be provided with the necessary tax exemption forms upon award. Any taxes mistakenly applied shall be removed prior to invoice submission.

Question 4: "The solicitation states -Lodging: Rooms for 45 people (a mix of single and double occupancy). How many rooms will be needed per night? There will be a huge difference in pricing if folks are sharing rooms or if they are in individual rooms.”
Answer 4: At this time, the Government cannot provide a definitive room ratio. The solicitation requires lodging for a total of 45 personnel. Offerors have the liberty to configure rooms that accommodate all 45 personnel and should clearly state in their proposal the total number of single and double occupancy rooms upon which their pricing is based.

C. This amendment establishes a final deadline for all questions related to this solicitation. All questions must be submitted in writing via email to the points of contact listed in Amendment 0001, Answer 1, no later than 10:00 AM PST on Tuesday, 3 February 2026. Questions received after this date and time may not be considered.

D. All other terms and conditions of the solicitation, as previously amended, remain unchanged.

E. Offerors must acknowledge receipt of this amendment by signing and returning this form, or by acknowledging it in their proposal as specified in the solicitation instructions.

(i) Solicitation Statement

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued.

(ii) Solicitation Number and Type

  • Solicitation Number: FA468626QS010
  • This solicitation is issued as a Request for Quotation (RFQ).

(iii) Federal Acquisition Circular

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-06 October 1, 2025.

(iv) Set-Aside and NAICS Code

  • Set-Aside: 100% Small business.
  • NAICS Code: 721110 (Hotels (except Casino Hotels) and Motels). The small business size standard is $40 million.

(v) Line-Item Numbers (CLINs)

  • A list of line-item number(s) and items, quantities, and units of measure is identified in Attachment 1 Solicitation - FA468626QS010. Offerors shall return completed as part of quote submission.

(vi) Description of Requirements

The 9th Maintenance and 9th Mission Support Groups at Beale Air Force Base are seeking a high-quality, resort-style hotel to host a single airman's retreat from March 26-28, 2026. The venue must be located near South Lake Tahoe or Tahoe City.

The contract requires the following:

  • Lodging: Rooms for 45 people (a mix of single and double occupancy).
  • Meeting Space: A conference room for 45 attendees with audio-visual equipment.
  • Meals: Buffet-style breakfast and dinner for 45 people on specified dates and times with meal appropriate beverage selection (no alcohol).
  • Amenities: The hotel must offer amenities such as Wi-Fi, parking, a pool, and access to local attractions.

This event is for a spiritual resiliency training program.

(vii) Delivery and Acceptance

  • Dates: Thursday, March 26, 2026, to Saturday, March 28, 2026
  • Place: Contractor's facility, located within a 15-minute commute of South Tahoe or Tahoe City, CA.
  • FOB Point: Destination

(viii) 52.212-1 Instructions to Offerors- Commercial Products and Commercial Services.

The provision at FAR 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services, applies to this acquisition. There are no addenda to this provision.

(ix) 52.212-2 Evaluation- Commercial Products and Commercial Services.

The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition and the specific evaluation criteria to be included is identified in Attachment 1, SF1449.

(x) 52.212-3 Offeror Representations and Certifications- Commercial Products and Commercial Services.

Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services, with their offer. Offerors must also be registered in the System for Award Management (SAM) at www.sam.gov.

(xi) 52.212-4 Contract Terms and Conditions- Commercial Products and Commercial Services.

The clause at FAR 52.212-4, Contract Terms and Conditions: Commercial Products and Commercial Services, applies to this acquisition. There are no addenda to this clause.

(xii) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Products and Commercial Services.

The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services, applies to this acquisition. The applicable clauses will be incorporated in the resulting contract.

(xiii) Additional Contract Requirements

  • The contractor must be registered in the Wide Area Workflow (WAWF) system for payment processing.
  • Communication: The Contractor must arrange for direct communication between the Government's event lead and the hotel's event coordinator for all operational planning and during the course of the event. The Prime Contractor remains the point of contact for all contractual issues.
  • Contract financing is not available for this acquisition.

(xiv) Defense Priorities and Allocations System (DPAS)

Not applicable.

(xv) Quotes Due Date

Quotes are due by 06 February 2026, 1000, and PST. Quotes shall be submitted electronically to the points of contact listed below.

(xvi) Points of Contact

Please include both POCs via email:

  • Capt. Restrepo Estefania   - Email : estefania.restrepo@us.af.mil
  • SrA Onumah, Ezekiel   - Email : ezekiel.onumah.1@us.af.mil

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.