NESA TNDI 02-25 Lodging Conference Center
ID: HQ003425QE046Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, 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 Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for lodging services to support the Tunisian National Defense Institute (TNDI) Seminar scheduled from April 9 to April 15, 2025, in the Washington, D.C. area. The contractor will be responsible for providing accommodations for approximately 48 participants, including 46 government-funded and 2 self-pay rooms, ensuring proximity to key venues and compliance with specific dietary and cultural requirements. This initiative is crucial for facilitating discussions on regional security and governance, thereby enhancing U.S. diplomatic efforts abroad. Interested vendors must submit their proposals electronically by the specified deadline, adhering to the outlined requirements, with inquiries due by March 18, 2025. For further information, contact Keven Primrose or Monica DeGroot at whs.ncr.ad.mbx.dsca-group@mail.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    NESA LAF Lodging
    Buyer not available
    The Washington Headquarters Services (WHS) of the Department of Defense is soliciting proposals for lodging services to support the Lebanese Armed Forces (LAF) Seminar, scheduled from April 5 to April 12, 2025. The contractor will be responsible for providing accommodations for approximately 36 individuals, including 17 double hotel rooms, 2 single hotel rooms, and 1 self-pay single hotel room, all located within the Washington, D.C. Metropolitan area. This procurement is crucial for facilitating military training and collaboration, ensuring that participants have comfortable and accessible lodging during the seminar. Interested small businesses, particularly Women-Owned Small Businesses (WOSB), must submit their proposals electronically by March 17, 2025, and can direct inquiries to Monica DeGroot at whs.ncr.ad.mbx.dsca-group@mail.mil.
    NESA TDNI 02-25 Interpretation & Translation
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for interpretation and translation services for the Tunisian National Defense Institute Seminar 02-25, scheduled from April 9 to 15, 2025, in the D.C. Metropolitan area. The contractor will be responsible for providing five days of simultaneous interpretation services between English and Arabic, along with necessary interpretation equipment and on-site technical support. This procurement is crucial for facilitating effective communication among military and civilian officials, thereby enhancing strategic dialogue in national security matters. Interested small businesses must submit their proposals electronically by March 18, 2025, and can contact Keven Primrose or Monica DeGroot at the provided email for further inquiries.
    NESA TNDI 02-25 Transportation April 2025
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for transportation services to support a professional seminar organized by the Near East South Asia Center (NESA) from April 9 to 16, 2025, in the Washington, D.C. and Virginia areas. Contractors are required to provide charter bus services for up to 55 passengers, experienced drivers familiar with the region, and adherence to a quality control program, with specific transportation needs outlined for various events during the seminar. This contract, classified as firm-fixed price, emphasizes the importance of reliable transportation logistics in support of national security training initiatives. Interested contractors must submit their proposals electronically by the specified deadlines, with questions due by March 18, 2025, and are encouraged to contact Keven Primrose or Monica DeGroot at whs.ncr.ad.mbx.dsca-group@mail.mil for further information.
    NESA LAF Transportation
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is soliciting proposals for transportation services in support of the Near East South Asia Center's seminar for the Lebanese Armed Forces, scheduled from April 5 to 13, 2025. The contract requires the provision of all necessary transportation services, including experienced drivers and equipment, to facilitate the movement of seminar participants between Dulles International Airport, lodging, and various seminar venues in the Washington, D.C., and Virginia areas. This procurement emphasizes compliance with federal regulations, particularly focusing on small business classifications, and will utilize a Lowest Price Technically Acceptable (LPTA) evaluation method to ensure cost-effectiveness and technical capability. Interested offerors must submit their proposals electronically by March 21, 2025, and can direct inquiries to Monica DeGroot at whs.ncr.ad.mbx.dsca-group@mail.mil, with an estimated contract value of $19 million.
    Tradewinds 25 - Lodging and Catered Meals, Trinidad and Tobago
    Buyer not available
    The Department of Defense, specifically the 410th Contracting Support Brigade, is seeking qualified contractors to provide lodging and catered meals for the Tradewinds 25 exercise in Port of Spain, Trinidad and Tobago. The procurement involves delivering non-personal services, including 90 hotel nights and catered dinners during two key planning conferences scheduled from January 5 to February 15, 2025. This opportunity is crucial for supporting U.S. Army South's operational needs during the exercise, ensuring that participants have appropriate accommodations and meal provisions. Interested contractors must submit their quotations in compliance with Federal Acquisition Regulations (FAR) and demonstrate their qualifications, with key contacts being SSG Anthony Strobel at anthony.d.strobel2.mil@army.mil and Robert Sheridan at robert.l.sheridan10.civ@army.mil. The deadline for submissions and further details can be found in the solicitation document.
    V--Chincoteague NWR Lodging (32 rooms for 92 nights)
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for lodging services at Chincoteague National Wildlife Refuge, specifically to accommodate 195 Air National Guard personnel involved in a construction project from April 14 to July 3, 2025. The requirement includes providing 32 lodging rooms for a total of 92 nights, with the selected facility located within a 30-minute commute from the refuge headquarters to ensure effective coordination among team members. This lodging arrangement is crucial for the success of the project under the Department of Defense’s Innovative Readiness Training program, facilitating efficient logistics and operational effectiveness for the military personnel. Interested contractors must submit their quotations by March 20, 2025, and can contact Joni Dutcher at jonidutcher@fws.gov or 571-447-8387 for further information.
    R699 - Facility for Retreats within 45 miles of the Washington Navy Yard, DC 20374
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR NORFOLK, is seeking proposals from qualified small businesses to provide retreat facilities within 45 miles of the Washington Navy Yard, DC 20374. The selected facility will support the CREDO program by hosting Personal Resiliency Retreats (PRR) and Marriage Enrichment Retreats (MER), requiring accommodations for 28 participants, including individual rooms with specific bedding arrangements, meals, and a large meeting space. This procurement is crucial for enhancing the readiness and resilience of military personnel and their families, with quotes due by March 20, 2025, at 11:00 a.m. EST, and must be submitted via email to Kirsten Taylor at kirsten.n.taylor.civ@us.navy.mil.
    Request for Quotation (RFQ) to procure lodging in kind and meals in support of the 377th Military Police Company
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command – New Jersey, is soliciting quotations for lodging and meal services to support the 377th Military Police Company during their active duty from March 29 to April 1, 2025, in Cincinnati, Ohio. The procurement requires a total of 30 room nights and 171 meals, including breakfast, lunch, and dinner, to accommodate military personnel within a 30-mile radius of the unit's home station. This opportunity is critical for ensuring that service members receive appropriate accommodations and meals while adhering to federal procurement standards and regulations. Interested vendors must respond to the solicitation by providing a firm fixed price proposal that complies with the specified requirements, including registration in the System for Award Management (SAM) and adherence to government per diem rates. For further inquiries, potential bidders can contact Polia Quiles at polia.m.quiles.civ@army.mil or Katie J. Lyons at katie.j.lyons.civ@mail.mil.
    TW-25Kitchen General Labor - ISO Tradewinds 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Kitchen General Labor Services in support of Exercise Tradewinds 2025, to be conducted at Teteron Barracks and the TTDF Reserves Center in Port of Spain, Trinidad and Tobago. The contractor will be responsible for maintaining cleanliness in kitchen facilities, servicing dining areas, and ensuring quality control throughout the exercise scheduled from April 25 to May 9, 2025. This contract emphasizes the importance of hygiene, safety, and operational efficiency in military dining services, requiring compliance with federal and local regulations. Interested contractors, particularly women-owned small businesses, should contact Ms. Gina Williams at gina.v.williams.civ@army.mil or SSG Paul Adamo at paul.m.adamo.mil@army.mil for further details and to ensure timely submission of proposals.
    Solicitation NAFBA1-24-R-0024/Campus Style Dining Venue Concession IDIQ
    Buyer not available
    The Department of Defense, through the U.S. Army Installation Management Command, is soliciting proposals for a Campus Style Dining Venue (CSDV) concession contract, identified as NAFBA1-24-R-0024. The objective is to establish a firm-fixed price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for the design, construction, operation, and maintenance of a dining facility at five U.S. Army Garrisons, enhancing dining options for Soldiers and their families while promoting health and wellness initiatives. This initiative is crucial for improving the quality of life for military personnel and ensuring compliance with Department of Defense nutritional standards. Interested contractors should direct inquiries to Leslie M. Perez at leslie.m.perez9.naf@army.mil or (520) 674-2370, with proposals due by April 4, 2025, at 4:00 PM CDT.