This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 W50S8R26Q0001 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06. This solicitation is being solicited as 100% small business set-aside. The NAICS code that applies is 721110 and business size is $40.0M. This action will result in a FFP purchase order, utilizing simplified acquisition procedures.
Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available
The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary to perform Lodging Services, as defined in the attached Performance Work Statement
CLIN
Description
Quantity
Unit of Issue
0001
Lodging
1
Job
Addendum 52.212-1
Instructions to Offerors-Commercial Items.
1.GENERAL INSTRUCTIONS TO OFFERORS:
This Request for Quotation (RFQ) is being issued in accordance with the procedures at FAR parts 12 and 13, as authorized by FAR subpart 13.5 The contracting officer is vested by authority above with additional procedural discretion and flexibility, for this acquisition which may allow to solicit, offer, evaluate, and award in a simplified manner that maximizes efficient economy, minimizes burden and administrative costs for both the Government and industry through procedures awarding this Contract. The Offeror’s quote shall be submitted electronically as outlined below. The government reserves the right to make multiple awards based on competition between small businesses where the offeror’s quote is most advantageous to the Government, price and other factors considered.
1.1. Questions regarding this RFQ shall be in writing and directed via e-mail to jeffrey.snyder.20@us.af.mil and james.kliewer.2@us.af.mil. All correspondence shall reference W50S8R26Q0001. The cut-off for questions is no later than 10 October 2025 1:00 PM ET. All questions will be answered electronically so that all respondents will be provided with equal access to all questions and answers
1.2. The Offeror is notified that the Government will not reimburse costs incurred for quote preparation.
1.3. The government does not intend to hold any exchanges after receipt of quotes and respondents are advised to submit their best offer at the time quotes are due. In the event that exchanges with respondents after the receipt of quotes are deemed necessary, the contracting officer may hold such exchanges with any or all quoters, at any time, in any manner, without complying with the rules in 15.306(c) and (d) and 15.307(b), which are not applicable to this acquisition. A competitive range may, or may not, be established at the sole discretion of the contracting officer. All respondents will be treated fairly and impartially, in accordance with FAR 1.102-2(c)(3).
1.4. The offeror shall submit an unclassified quote which demonstrates its ability to perform and meet the requirements in the Performance Work Statement.
1.5. Quote shall conform to all the requirements of this RFQ. Failure to conform may result in your quote being rejected and no longer considered for award.
1.6. The Offeror’s quote shall be submitted electronically to the addresses listed under “Quote Submission Instructions”. The closing date and time for submittal of quote is 15 October 2025, 10:00 A.M. EST.
1.7 Quote Organization
1.7.1. The Offeror’s quote shall consist of three volumes. The offeror shall submit an unclassified quote which demonstrates its ability to perform and meet the requirements in the Performance Work Statement, enclosed with this solicitation.
a. Volume 1: Technical
b. Volume 2: Cancellation Terms
c. Volume 3: Price and Availability
Required Content
1.8 Volume 1 – Technical: The offeror shall submit the hotel name and address for any/all hotels to be used to fulfill the requirements of this RFQ and PWS.
1.9 Volume 2 – Cancellation Terms: The offeror shall complete & submit “Attachment 3 Room Cancellation & Modification Policy” as part of its offer. Offerors may, at their discretion, tailor cancellation & modification terms.
1.10 Volume 3 – Price and Availability: The offeror shall complete & submit “Attachment 4 Lodging Pricing and Availability” as part of its offer.
1.11. Quote Submission Instructions:
1.11.1. The Government will only accept electronic submissions. Should the Government want to print the volumes of the quote, the submission shall be clearly indexed and logically assembled.
1.11.2. Ensure that all volumes are submitted in response to this RFQ. Failure to do so may result in your quote not being considered.
1.11.3. Offeror shall submit their quote to the contracting officer at jeffrey.snyder.20@us.af.mil not later than the submittal due date of 15 October 2025, 10:00 A.M. EST.
--- End of FAR 52.212-1 Addendum ---
EVALUATION FACTORS FOR AWARD
- EVALUATION FACTORS AND PROCESS
-
- Basis for Contract Award. In accordance with the procedures at FAR 12.602 “Streamlined Evaluation of Offers” and 13.106, as authorized by Subpart 13.5 - Simplified Procedures for Certain Commercial Items. It is the Government’s intent to award a single, direct award of a firm-fixed price contract. The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. However, the Government may elect to make multiple awards based on the number of rooms each offeror proposes. Offerors are encouraged to propose the maximum number of rooms they can provide. The offeror must satisfy the requirements described in the evaluation criteria, as well as all other RFQ requirements. Quotes may be compared against other quotes received in determining the quote which represents the best value to the government.
-
- Evaluation Factors: The evaluation will be based on a complete assessment of the offeror’s quote. The offeror must receive a rating of no less than Acceptable for the Technical factor to receive consideration for award. The quote shall address each element as it applies to the criteria in the solicitation and as it applies to the Performance Work Statement. The quote will be evaluated on the following factors:
- Factor 1 – Technical:
The hotel name and address for any/all hotels to be used to fulfill the requirements of this RFQ and PWS shall be evaluated to ensure compliance with paragraph 1.4.1 of the PWS. The Government shall use Google Maps to ensure lodging offered is within 20 miles driving distance from 1947 Harrington Memorial Road, Mansfield, OH 44903. Offerors with lodging exceeding this restriction will be determined unacceptable and removed from further consideration and evaluation.
- Factor 2 – Cancellation Terms:
The Government shall evaluate, “Attachment 3 Room Cancellation & Modification Policy”, submitted by the offeror. In general, the Government views offers providing flexibility more favorably.
- Factor 3 – Availability
The Government shall evaluate, “Attachment 4 Lodging Pricing and Availability”, submitted by the offeror. Offerors shall initially be evaluated based on the ‘Grand Total Available’ rooms. In the event of multiple awards, the Government will evaluate reservation availability based on dates/rooms not previously awarded.
- Factor 4 – Price
The Government shall evaluate, “Attachment 4 Lodging Pricing and Availability”, submitted by the offeror. Offerors shall be evaluated based on the proposed nightly rate and the total quoted amount. Evaluation of price will be performed using one or more of the price analysis techniques identified in FAR 13.106-3(a).
- Factor 5 – Hotel Inspections
Hotel inspections, if necessary, are scheduled to occur from 16 – 24 October. The Government shall use paragraphs 5.1.1. and 5.1.1.5. – 5.1.1.9. of the PWS to conduct the inspections. In the event the Government has already conducted inspections on a lodging facility within the last 365 days, the Government does not intend to complete a new inspection and will use previous results in the best value determination.
-
- Compliance and Responsibility Information: Prior to the evaluation of quotes, Annual
Representations and Certifications, Offeror Representations, Certifications, and the Submission of Other Information completed via the System for Award Management (https://www.sam.gov) will be assessed for compliance with requirements applicable to this RFQ. Quotes found to not be in compliance with these requirements may be determined ineligible for award.
- REJECTION OF OFFERS: Offerors shall carefully read, understand, and provide all the information requested in the quote. If there are parts of the RFQ that are vague and/or ambiguous, request clarification from the Contract Specialist and/or the Contracting Officer before the established cut-off date for questions. The circumstances that may lead to the rejection of a quote are:
2.1. When the quote fails to meaningfully respond to the instructions specified. Examples of failure to meaningfully respond include:
-
-
- When the quote fails to provide any of the data and information required in the RFQ.
-
- When the quote reflects an inherent lack of technical competence or a failure to comprehend the complexity and risks required to perform the RFQ requirements due to submission of a quote, which is substantially high or low in Price and/or unachievable in terms of technical or schedule commitments.
-
- When the quote contains any unexplained significant inconsistency between the proposed effort and price, which implies the Offeror has (a) an inherent misunderstanding of the PWS, or (b) an apparent inability to perform the resultant contract.
-
- When the quote contains major error(s), omission(s) and or deficiencies that indicate a lack of understanding or an approach that cannot be expected to meet requirements or involves a very high risk and none of these conditions can be corrected without major rewrites or revisions of the quote.
-
- When the quote offers a product or service that does not meet all stated material requirements of the RFQ and Performance Work Statement.
-
- When the quote is late, in accordance with FAR 52.212-1(f) and the Electronic Submission Instructions herein.
-
- When the quote is significantly high or low as to cost or price, or is unaffordable to the government.
-
- When the quote is not in full compliance with the terms and conditions of the RFQ.
List of Attachments:
Attachment 1: Clauses and Provisions
Attachment 2: I.A.02. Lodging PWS 7 Oct 2025
Attachment 3 Room Cancellation & Modification Policy
Attachment 4 Lodging Pricing and Availability
Attachment 5 Fire Checklist
NG Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns with the National Guard (NG) as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum.
Contract award or performance is suspended during the protest to the same extent, and within the same time periods as if filed at the GAO. The NG protest decision goal is to resolve protests within 35 calendar days from filing. An agency protest may be filed with either the Contracting Officer or the NG Agency’s Protest Decision Authority, but not both, in accordance with NG protest procedures.
To be timely, the protests must be filed with the periods specified in FAR 33.103. To file a protest under the NG Agency Protest Program, the protest must request resolution under that program and be sent to the address below:
National Guard Bureau
Office of the Director of Acquisitions/ Head of Contracting Activity
ATTN: NGB-AQ-O
111 S. George Mason Dr. Arlington, VA 22204
Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil
All other agency-level protests should be sent to the Contracting Officer for resolution at the address in the solicitation. See FAR clause 52.233-2.