2026 MXG/MSG Single's Retreat
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.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 721110
Description
SOLICITATION AMENDMENT 0001 To FA468626QS010
A. The purpose of this amendment is to post official responses to timely questions received from industry regarding Solicitation Number FA468626QS010.
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.
C. All other terms and conditions of the solicitation remain unchanged.
D. 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.
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.