Awarded ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

USCG Lodging – Washington, DC & Manhattan, NY, May–June 2026

DEPARTMENT OF HOMELAND SECURITY 70098PR260020208
Total Obligated
$35,868
SAM.gov
Current Recipient
S365 INC Norfolk NE USA
May 7, 2026
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The U.S. Coast Guard, through the Special Mission Training Center and Training Center Yorktown, is seeking a small-business contractor to provide lodging and breakfast meal vouchers for international training participants in Washington, DC, and Manhattan, NY. The work covers double-occupancy hotel rooms for May 26 through June 4, 2026, with room blocks and meal voucher quantities tied to the stated schedule and geographic boundaries. The lodging must meet the specified location and accessibility requirements and support secure, comfortable accommodations, including 24-hour check-in and check-out, wireless internet, desks, refrigerators, separate lodging for male and female guests, and a three-star or diamond rating, with government guests exempt from state and local taxes and credit-card-free check-in. Award will be made on a firm-fixed-price basis considering technical capability, cancellation policy, accessibility and location, and price, and quotes are due by May 1, 2026, at 11:00 a.m. Eastern Time by email to john.h.caicedo2@uscg.mil with the solicitation number in the subject line.

Classification Codes

NAICS Code
721110
Hotels (except Casino Hotels) and Motels
PSC Code
V231
TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL

Solicitation Documents

8 Files
3c_Statement of Work.pdf
PDF240 KBApr 22, 2026
AI Summary
The United States Coast Guard's International Training Division requires lodging services for foreign military officers attending off-site training in Washington, DC, and Manhattan, NY, between May 26, 2026, and June 4, 2026. The contract entails providing double occupancy rooms, adhering to specific geographic boundaries for hotels, and supplying breakfast meal vouchers for participants. Key requirements include comfortable and secure accommodations, adherence to a three-star/diamond rating, 24-hour check-in/check-out services, separate lodging for male and female guests, and essential room furnishings like a desk and refrigerator. The contractor must also provide wireless internet and ensure a smooth, credit-card-free check-in process for government guests, who are exempt from state and local taxes. The Coast Guard reserves the right to cancel rooms with 72-hour notice. The contractor is responsible for providing all necessary facilities, materials, equipment, and qualified personnel, while safeguarding sensitive information.
Technical Exhibit 1 Geographic Boundaries for Lodging Washington DC.pptx
PowerPoint913 KBApr 22, 2026
AI Summary
The provided text outlines a geographical area defined by its boundaries: west of 8th Street NE Ave, south of H Street NW, east of 14th Street SW, and north of E Street SW. This type of information typically serves as a foundational element in government RFPs, federal grants, or state/local RFPs, likely indicating a specific service area, project site, or jurisdictional boundary for proposed work or funding opportunities. The precise identification of these coordinates is crucial for defining the scope and location of any potential government-funded initiatives within this designated zone.
Technical Exhibit 2 Geographic Boundaries for Lodging Manhattan NY.pptx
PowerPoint1024 KBApr 22, 2026
AI Summary
The provided document,
Technical Exhibit 3 - Spreadsheet Schedule for Lodging.xlsx
Excel19 KBApr 22, 2026
AI Summary
Technical Exhibit 3 outlines lodging requirements for a government initiative, detailing specific durations and locations for stays in Washington, DC, and Manhattan, NY, in May and June 2026. The exhibit specifies a total of 10 nights of lodging, along with the quantities of double rooms and meal vouchers required for each segment of the trip. The purpose of this exhibit is to provide a clear breakdown of the logistical needs for accommodation and sustenance, which is critical for budgeting and planning within federal government RFPs or grants related to travel and event coordination.
12a_Solicitation-Commercial-Products-Services.pdf
PDF308 KBApr 22, 2026
AI Summary
Solicitation 70098PR260020208 is a Request for Quotation (RFQ) from the USCG Training Center Yorktown for lodging and breakfast meal vouchers. The services are for international training participants in Washington, D.C., and Manhattan, NY, between May 26, 2026, and June 4, 2026. This acquisition is 100% set aside for small business concerns, with NAICS code 721110. Offerors must submit quotes for specific quantities of double occupancy rooms and breakfast vouchers for various dates and locations. Evaluation criteria include Technical Capability, Cancellation Policy, Accessibility and Location, and Price. Offers are due by May 1, 2026, 11:00 AM Eastern Time, to john.h.caicedo2@uscg.mil. Invoices will be submitted electronically via the Invoice Processing Platform (IPP).
12a_Provisions and Clauses.pdf
PDF309 KBApr 22, 2026
AI Summary
The Request for Quotation (RFQ) 70098PR260020208 outlines the terms and conditions for a federal government contract, primarily incorporating Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses. The solicitation is for lodging services, with evaluation criteria focusing on Technical Capability, Cancellation Policy, Accessibility and Location, and Price. The contract type is Firm Fixed Price, and it includes provisions for small business program representations, with a NAICS code of 721110 and a size standard of $40M. Key clauses cover independent price determination, economic purchase quantity, and standard contract terms for commercial products and services, including payment, disputes, and termination. Additionally, it mandates compliance with 'Made in America' requirements for Personal Protective Equipment and Information Technology Security Awareness Training for contractor employees. Invoicing must be done electronically via the Invoice Processing Platform (IPP), and the U.S. Coast Guard, as the receiving official, is exempt from taxes.
7m_Wage Determination NYC.pdf
PDF443 KBApr 22, 2026
AI Summary
The "Register of Wage Determinations Under the Service Contract Act" outlines wage rates and fringe benefits for various occupations in specific New York counties, with particular emphasis on compliance requirements under Executive Orders related to sick leave and minimum wage for federal contractors. The document specifies that all listed occupations are entitled to minimum health and welfare benefits, paid vacation, and holidays, with additional details for classifications not specifically covered. It also provides guidelines for the conformance process regarding unlisted job classifications and their akin wage rates.
7m_Wage Determination DC.pdf
PDF437 KBApr 22, 2026
AI Summary
The document outlines wage determinations under the Service Contract Act, specifying rates for various occupations in the District of Columbia, Maryland, and Virginia. It includes details on fringe benefits, mandatory paid sick leave provisions, and guidelines for classifying unlisted job categories for contracts. Additionally, it addresses compliance requirements for contractors in terms of uniform allowances and provides a process for requesting additional class and wage determinations.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 22, 2026
deadlineResponse DeadlineMay 1, 2026
awardAwarded to S365 INC Norfolk NE USAMay 7, 2026
expiryArchive DateMay 16, 2026

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
US COAST GUARD
Office
SPECIAL MISSION TRAINING CENTER (SM

Point of Contact

Name
JOHN CAICEDO

Place of Performance

New York, New York, UNITED STATES

Official Sources