USCG Southwest District Berthing for January 2026
ID: 70Z08426Q71110001Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDLOG-9NORFOLK, VA, 23510, 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 Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals from qualified small businesses for temporary lodging and reservation services for Reserve personnel conducting Inactive Duty Training (IDT) in California, Arizona, Nevada, and Utah, scheduled for January 2026. The contract requires approximately 100 non-smoking, double-occupancy rooms monthly, adhering to specific segregation rules and GSA Per Diem rates, with facilities located within 5-10 miles of the unit and meeting fire safety standards. This procurement is critical for ensuring mission readiness and support for Reserve personnel, with a total contract value not exceeding $1 million and proposals due by December 19, 2025, at 2:00 PM Pacific Time. Interested parties can contact Roderick Pagador at roderick.c.pagador@uscg.mil or Jonny Ochoa at jonny.a.ochoa@uscg.mil for further details.

    Files
    Title
    Posted
    The U.S. Coast Guard (USCG) Southwest District is soliciting proposals for temporary lodging and reservation services for Reserve Coast Guard personnel's Inactive Duty Training (IDT). This Request for Quotation (RFQ) (70Z08426Q71110001) is set aside for small businesses under NAICS code 721110 (Hotels and Motels) with a size standard of $40 million. The requirement is for 300 nights of lodging from January 1, 2026, to January 31, 2026. Offers, which must include delivered prices, availability, and price source, are due by December 19, 2025, at 2:00 PM Pacific Time. Invoicing will be processed through ipp.gov. Submissions can be mailed or emailed to both the Contract Officer and Contract Specialist; email attachments should not exceed 5MB.
    This government file outlines the terms and conditions for a Request for Quote (RFQ) administered by the U.S. Coast Guard Director of Operational Logistics Command, Regional Contracting West. It details contract administration, electronic invoice payment instructions via the Invoice Processing Platform (IPP), and lists numerous Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses incorporated by reference. Key clauses include those on ordering, order limitations (minimum $100, maximum $1,000,000 per order or combination of items), indefinite quantity, and options to extend services. The document also covers proposal submission requirements, emphasizing electronic submission to specified contacts, and evaluation criteria focused on technical capability and price. Additionally, it addresses compliance with biobased and sustainable product requirements, whistleblower rights, and prohibitions on contracting with corporations having delinquent tax liabilities or felony convictions.
    The U.S. Coast Guard Southwest District (D11) is seeking temporary lodging and reservation services for Reserve personnel conducting Inactive Duty Training (IDT) across California, Arizona, Nevada, and Utah. The contract, running from January 1 to January 31, 2026, requires approximately 100 non-smoking, double-occupancy rooms monthly, with specific segregation rules for officers, enlisted members, and genders. Lodging facilities must be within 5-10 miles of the unit, adhere to GSA Per Diem rates, and meet fire safety standards, a minimum three-star rating, and secure, 24/7 staffed access in low-crime areas. The contractor will receive monthly manifests, provide confirmation numbers, and manage cancellations. The government is exempt from taxes, and individual members are responsible for personal charges. The USCG will not be charged for unused rooms.
    This document is a wage determination under the Service Contract Act for California counties of Alameda and Contra Costa, effective December 3, 2025 (Revision No. 28 to Wage Determination No. 2015-5623). It lists minimum hourly wage rates for various administrative, automotive, food service, health, technical, and other occupations. The determination also outlines fringe benefits, including health and welfare (with separate rates for EO 13706-covered contracts), vacation, and eleven paid holidays. Special provisions apply to computer employees, air traffic controllers, and weather observers, regarding exemptions and night/Sunday pay differentials. Hazardous pay differentials (8% or 4%) are detailed for work with ordnance and explosives, and uniform allowances are mandated. The document also describes the conformance process for unlisted occupations, requiring contractors to propose classifications and rates for review by the Department of Labor.
    This document, Wage Determination No. 2015-5625, Revision No. 26, issued by the U.S. Department of Labor, outlines prevailing wage rates and fringe benefits for various service occupations in Ventura County, California. It covers administrative, automotive, food service, health, technical, and other fields, detailing hourly rates and benefits like health & welfare, vacation, and holidays. The document also includes information on Executive Orders 13706 and 13658, pertaining to paid sick leave and minimum wage for federal contractors. Special provisions are made for computer employees, air traffic controllers, and weather observers regarding exemptions and night/Sunday pay. Hazardous pay differentials and uniform allowance guidelines are also specified. The conformance process for unlisted occupations, requiring the use of Standard Form 1444, is thoroughly described, emphasizing the importance of aligning job duties with established classifications.
    This document is a Wage Determination under the Service Contract Act, outlining minimum wages and fringe benefits for various occupations in El Dorado, Placer, Sacramento, and Yolo Counties, California. It lists specific hourly rates for administrative, automotive, food service, healthcare, and other categories. Key benefits include health and welfare, vacation accrual based on service, and eleven paid holidays. The document also details policies for computer employees, night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials, and uniform allowances. It further explains the conformance process for unlisted occupations, ensuring fair compensation in accordance with the Service Contract Act Directory of Occupations. The summary emphasizes compliance with Executive Orders 13706 and 13658 regarding paid sick leave and minimum wage requirements for federal contractors.
    This government file, Wage Determination No. 2015-5635, outlines the prevailing wage rates and fringe benefits for various occupations in San Diego County, California, under the Service Contract Act. It details rates for administrative, automotive, food service, health, information technology, and other sectors, along with provisions for health and welfare, vacation, and holidays. The document also includes information on Executive Orders 13706 and 13658, concerning paid sick leave and minimum wage for federal contractors. Additionally, it provides guidance on hazardous pay differentials, uniform allowances, and the conformance process for unlisted occupations, ensuring fair compensation and compliance with labor laws for employees working on covered federal contracts.
    This document is a Register of Wage Determinations under the Service Contract Act for California, specifically San Francisco and San Mateo Counties, with a last revision date of December 3, 2025. It lists various occupations with their corresponding hourly wage rates, including administrative, automotive, food service, health, and technical roles. Notably, there are specific instructions for Janitor wages in San Francisco County. The document outlines fringe benefits such as health and welfare, vacation, and eleven paid holidays. It also details Executive Orders 13706 and 13658, which mandate paid sick leave and a minimum wage, respectively, for federal contractors. Special footnotes address computer employees and night/Sunday pay for air traffic controllers and weather observers. Additionally, the document covers hazardous pay differentials, uniform allowances, and the conformance process for unlisted occupations, emphasizing that job duties, not titles, determine classification.
    This government file is a Register of Wage Determinations under the Service Contract Act for California, specifically Lassen County (Wage Determination No.: 2015-5679, Revision No.: 29, Date Of Last Revision: 12/03/2025). It outlines minimum wage rates for various administrative, automotive, food service, furniture, general services, health, information, information technology, instructional, laundry, machine tool, materials handling, mechanics, personal needs, plant operations, protective service, recreation, stevedoring, technical, and transportation occupations. The document also details fringe benefits, including Health & Welfare rates (with a specific rate for EO 13706-covered contracts), vacation accrual, and eleven paid holidays. Additionally, it addresses specific conditions for computer employees (exemptions), night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials (8% and 4% for ordnance-related work), and uniform allowance requirements. Finally, it outlines the conformance process for unlisted occupations, requiring contractors to propose classifications and rates for Department of Labor review and approval.
    The document is a federal wage determination (No. 2015-5725, Revision No. 27, dated 12/03/2025) for Marin County, California, under the Service Contract Act. It outlines minimum hourly wage rates for various occupations across numerous categories, including Administrative Support, Automotive Service, Food Preparation, Health, Information Technology, and Mechanics. The determination also details required fringe benefits such as Health & Welfare ($5.55/hour or $222.00/week), vacation (2 weeks after 1 year, 3 after 5, 4 after 12), and eleven paid holidays. Special provisions cover paid sick leave for federal contractors under EO 13706, a minimum wage of $13.30/hour for contracts under EO 13658, night and Sunday pay for Air Traffic Controllers and Weather Observers, hazardous pay differentials (4% or 8%), and uniform allowances. The document also includes procedures for conforming unlisted job classifications and clarifies exemptions for computer employees.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    20 Hotel Rooms for 14 Nights in Port Canaveral, Florida
    Dept Of Defense
    The Department of Defense, specifically the Supervisor of Shipbuilding Groton, CT, is seeking proposals from qualified small businesses to provide 20 hotel rooms for 14 nights in Port Canaveral, Florida, from January 12 to January 26, 2026. The rooms must be located within a 15-mile radius of the Navy Port and meet specific requirements, including two beds per room, local calling, basic cable TV, and standard hotel amenities, with no exterior access to rooms. This procurement is critical for accommodating overflow Navy personnel and is set aside exclusively for small businesses under NAICS code 721110, with a total funding amount of $40,000,000. Interested vendors must submit their quotes by 5:00 PM EST on December 29, 2025, to the designated contacts, Andrea Cook and Stephanie Neale, via email.
    Kittery/Portsmouth Lodging_Rev1
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting bids for lodging services in Kittery, Maine, specifically to secure 50 double-occupancy rooms nightly for 135 nights from February 1 to June 15, 2026. The contract, which is set aside for small businesses, requires that the lodging facilities be located within ten miles of the shipyard and meet specific room and service standards, including safety compliance and amenities such as weekly maid service and on-site laundry. This procurement is crucial for accommodating sailors during their assignments, ensuring they have safe and comfortable lodging. Interested vendors must submit their quotes by December 20, 2025, at 5:00 PM EST, and can direct inquiries to Alyssa Cress at alyssa.a.cress.civ@us.navy.mil or by phone at 207-994-0740.
    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.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking proposals for a Time Charter Lease to provide transportation and logistics support services essential for enhancing USCG operations. The objective of this procurement is to facilitate effective execution of USCG missions by supplying at-sea replenishment and related support, with the contractor responsible for operating and maintaining the vessel under USCG oversight. This opportunity is critical for ensuring operational readiness in the Caribbean Basin and Gulf of America, with a contract period consisting of a 6-month base and a 6-month option. Interested parties should direct inquiries to Justin Geisendaffer or Sara Andrukonis via email, and proposals are due by January 8, 2026, with a total estimated contract value of $3.6 million for both periods.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for USCG missions. The contract will require the provision of U.S.-built vessels capable of operating in various regions, including the Caribbean Basin and Polar Regions, with specific operational capabilities such as a 2,000 nautical mile range and a 30-day endurance at sea. This procurement is crucial for ensuring effective maritime operations and support for USCG missions, with a total funding ceiling of $99 million over a five-year period. Interested parties must submit their proposals by January 8, 2026, and can direct inquiries to Justin Geisendaffer or Sara Andrukonis via their provided email addresses.
    Full Food Services at USCG Sector Corpus Christi, TX
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking proposals for Full Food Services at USCG Sector Corpus Christi, Texas, under RFQ 70Z08426QAA850100. The procurement requires the contractor to provide comprehensive food services, including meal preparation, dining facility management, and quality control, to meet the nutritional needs of approximately 311 active-duty personnel, with an anticipated increase in personnel over the contract period. This contract is significant for ensuring the health and well-being of service members and includes a firm-fixed price structure with a base period from May 1, 2026, to April 30, 2027, and four one-year option periods extending to April 30, 2031. Interested parties must submit their quotes by December 30, 2025, and can direct inquiries to Bahar Cabrera or Luis Torres via email before the question deadline on December 12, 2025.
    USCG AIR STATION TRAVERSE CITY CY26 JANITORIAL SERVICES
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide janitorial services at the Air Station Traverse City, Michigan, for the calendar year 2026. The procurement requires the contractor to supply all necessary labor, materials, equipment, and supervision, adhering to federal, state, and local regulations, with specific tasks outlined in the Statement of Work, including weekly cleaning and annual maintenance activities. This contract, estimated to be valued between $25,000 and $100,000, emphasizes the importance of maintaining cleanliness and hygiene in government facilities, and interested parties are encouraged to schedule site visits for accurate quoting. Proposals must be submitted via email, including all required documentation, and the due date for offers will be established upon issuance of the Request for Quote, with further inquiries directed to Jonathan Barrett at jonathan.c.barrett@uscg.mil.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    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.