ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

NESA TNDI 02-25 Lodging Conference Center

DEPT OF DEFENSE HQ003425QE046
Response Deadline
Mar 24, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Washington Headquarters Services, is soliciting proposals for lodging services for the Tunisian National Defense Institute Seminar (TNDI 02-25), scheduled from April 9 to April 15, 2025, in the Washington, D.C. area. The contractor will be responsible for providing accommodations for approximately 46 U.S. Government-funded and 2 self-pay guests, along with necessary event support services, including a conference room with audiovisual capabilities and meal provisions. This procurement is crucial for facilitating discussions on regional security and governance, enhancing the U.S. image abroad. Proposals must be submitted electronically by March 24, 2025, at 1:00 p.m. EST, and interested parties can direct inquiries to Keven Primrose or Monica DeGroot at the provided email address.

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
A23 Attachment 4 FAR Clauses.pdf
PDF97 KBMar 21, 2025
AI Summary
The document outlines various Federal Acquisition Regulation (FAR) clauses and Defense Federal Acquisition Regulation Supplement (DFARS) clauses pertinent to government RFP (Request for Proposal) processes. Key clauses include provisions for contractor representations and certifications, terms governing payments, and requirements for small business participation, particularly those classified as disadvantaged groups based on race or ethnicity. It emphasizes the need for accurate and current information from contractors through the System for Award Management (SAM) and mandates timely payments upon proper invoice submission. Clauses are incorporated by reference, permitting contractors to provide required information without resubmitting full texts. The document serves as a guide for contractors to understand obligations and stipulations while participating in federal contracting, highlighting the importance of compliance with regulations that promote diversity and economic participation in federal contracts.
A23 Attachment 1 SOW TDNI Lodging.pdf
PDF314 KBMar 21, 2025
AI Summary
The Near East South Asia Center for Strategic Studies (NESA) is seeking contractor support for lodging and services for the Tunisian National Defense Institute (TNDI) Seminar scheduled from April 9 to April 15, 2025. The project aims to facilitate discussions on regional security, democracy, and professional governance, crucial for the U.S. image abroad. The contractor must provide accommodations for approximately 48 participants, including 46 government-funded and 2 self-pay rooms, ensuring accessibility to key amenities and venues within Arlington, Virginia. Specific requirements include a hotel within half a mile of the Pentagon, a conference room equipped with advanced audio-visual technology, and compliance with dietary and cultural considerations. Additional services encompass meal provisions tailored to participants' dietary restrictions, arranged dining facilities, room setups for various group sizes, and adequate facilities for coffee breaks throughout the seminar. The final contract will be a Firm-Fixed Price, ensuring financial accountability lies with the contractor regarding self-pay room arrangements. This initiative not only supports U.S. defense objectives but also emphasizes quality guest experience, cultural respect, and logistical efficiency.
A23 Attachment 2 L Addendum.pdf
PDF101 KBMar 21, 2025
AI Summary
The Washington Headquarters Services (WHS) Acquisition Directorate is soliciting proposals for lodging services related to the Near East South Asia Center (NESA) under the RFQ “HQ003425QE046.” Proposals must adhere to the specified Performance Work Statement (PWS) and be submitted electronically; hard copies will not be accepted. Questions regarding the proposal are due by March 18, 2025, at 10:00 AM (ET). Offerors must include specific sections in their proposals, including an Administrative Section with contact information and required codes, a Technical Section demonstrating compliance with RFQ specifications (limited to 8 pages), and a Price Section detailing firm-fixed pricing using the Standard Form 1449. The Administrative Section has a one-page limit, while the completed clauses and provisions have no page restrictions. The emphasis is on offering detailed capabilities and firm pricing, ensuring alignment with governmental contracting requirements. This RFQ reflects the government's commitment to securing qualified vendors for necessary services within the framework of federal acquisition regulations.
A23 HQ003425QE046 AMEND0001.pdf
PDF525 KBMar 21, 2025
AI Summary
The document presents an amendment to a solicitation, detailing changes to the terms and conditions affecting the submission of offers. The amendment extends or does not extend the deadline for offers and requires acknowledgment of its receipt through specified methods, such as completing designated items or sending separate communications. It emphasizes that failure to acknowledge the amendment on time may lead to the rejection of offers. The document also addresses modifications related to contracts, indicating whether contractors are required to sign the document. Section 14 outlines the description of the amendment/modification, retaining all existing terms unless stated otherwise. This type of document is essential in government procurement processes, maintaining clarity on procedural requirements and ensuring compliance with regulations governing RFPs, federal grants, and contracts at local and state levels.
A03 SOW TNDI0225 3.20.25.pdf
PDF293 KBMar 21, 2025
AI Summary
The Near East South Asia Center for Strategic Studies (NESA) is soliciting contractor support for lodging and event services for the Tunisian National Defense Institute Seminar 02-25, occurring from April 9 to April 15, 2025, in Arlington, Virginia. The requirements include a conference room equipped with audiovisual technology, accommodations for 54 attendees (52 funded by the U.S. Government and 2 self-paying), and meal services over four days. The preferred hotel location is within Crystal City, close to the Pentagon and metro access. Specific lodging features must include high-speed internet, dietary accommodations (no pork or alcohol), and ADA compliance. The contractor must ensure comfort and an "Americana" experience while respecting cultural sensitivities, particularly for female guests. The event will require extensive setup for presentations and breaks, inclusive of coffee service tailored to the group's needs and ensuring cleanliness. The contract will be awarded on a firm-fixed-price basis, with specific conditions regarding room occupancy and amenities outlined. The emphasis on professional execution reflects the U.S. Government's desire to cultivate a positive impression during international engagements and support regional security goals.
A23 HQ003425QE046 QA.pdf
PDF143 KBMar 21, 2025
AI Summary
The document addresses logistical details concerning a federal Request for Proposals (RFP) related to a meeting or training session, specifically focusing on room setup and guest accommodations. It notes a U-shaped seating arrangement for 46 attendees, with additional chairs for staff and guests, suggesting a total of over 70 participants. Questions regarding the management of extra attendees during coffee breaks are clarified, indicating that the Course Director and support staff will oversee this. Furthermore, it discusses compliance with the Statement of Work (SOW) concerning hotel accommodations slightly beyond the 0.5-mile radius of the Pentagon. The response affirms compliance for a hotel 0.7 miles away, provided an on-demand shuttle to the nearest metro station is available. This exchange highlights the importance of precise logistics and attendee management in government-related events.
A23 Attachment 3 M Addendum.pdf
PDF90 KBMar 21, 2025
AI Summary
The government file outlines the evaluation criteria for awarding a contract related to lodging services for the Near East South Asia Center (NESA) under Solicitation HQ003425QE046. The selection will be based on the Lowest Price Technically Acceptable (LPTA) approach, focusing first on cost and then on technical acceptability. Offerors must provide adequate details regarding their capabilities, including descriptions, quantities, and technical specifications, to meet the requirements specified in the request for quotation (RFQ). Proposals are categorized as either "Acceptable," meaning they fulfill the minimum criteria, or "Unacceptable," lacking compliance. The evaluation process will prioritize the lowest priced offer that meets technical standards, evaluating subsequent offers only if the previous ones are deemed unacceptable. A binding contract will be formed upon acceptance of the offer, which can occur without further negotiations unless withdrawn by the offeror prior to acceptance. This process reflects the government's systematic approach to ensuring both fiscal responsibility and compliance with technical requirements in procurement.
A23 HQ003425QE046 FINAL POSTING.pdf
PDF246 KBMar 21, 2025
AI Summary
The document outlines a federal solicitation for lodging services titled "TNDI 02-25 Lodging," issued by the Washington Headquarters Services on behalf of the Near East South Asia Center (NESA). The primary objective is to secure a contractor to provide accommodation for 46 US government-funded and 2 self-pay guests during a seminar from April 9 to April 15, 2025, in the Washington, D.C. area. The contract is structured as a Firm-Fixed Price (FFP) agreement under NAICS code 721110 for hotel and motel services. Offerors must submit proposals electronically, including required company information such as Cage Code, DUNS Number, and business size. The award will be made to the lowest-priced, technically acceptable proposal fulfilling all requirements. Additional evaluation factors include submitting government discounts and associated fees. The document incorporates various FAR clauses related to procurement regulations, ensuring compliance with federal acquisition guidelines. The Request for Quote (RFQ) specifics detail information on proposal submission, evaluation criteria, and terms, emphasizing the importance of adherence to the outlined instructions for acceptance and award of the contract.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 14, 2025
amendedAmendment #1· Description UpdatedMar 20, 2025
amendedLatest Amendment· Description UpdatedMar 21, 2025
deadlineResponse DeadlineMar 24, 2025
expiryArchive DateApr 8, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
WASHINGTON HEADQUARTERS SERVICES (WHS)
Office
WASHINGTON HEADQUARTERS SERVICES

Point of Contact

Name
KEVEN PRIMROSE

Place of Performance

Alexandria, Virginia, UNITED STATES

Official Sources