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, 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.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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 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.
    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.
    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.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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.
    DLA Distribution Djibouti, Africa Warehouse and Distribution Services
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is seeking contractors to provide warehouse and distribution services at the DLA Distribution Center in Djibouti, Africa. The contractor will be responsible for managing and executing a range of operations including receiving, storage, inventory management, packaging, and distribution of sustainment cargo to support regional customers. This contract is critical for ensuring efficient logistics operations in a strategic location, facilitating the timely delivery of contingency materials. Interested parties should note that the proposal submission deadline has been extended to January 21, 2026, with questions due by October 26, 2025. For further inquiries, contact David Gilson Jr. at david.gilson@dla.mil or Benjamin Bailey at benjamin.bailey@dla.mil.
    Roof Fall Protection Systems Services
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for Roof Fall Protection Systems Services at the Pentagon. This contract encompasses the inspection, repair, and certification of existing fall protection systems, including Horizontal Lifeline (HLL) and Beam and Trolley (B&T) systems, with a focus on ensuring compliance with stringent safety regulations and federal building codes. The contract will be structured as a Firm-Fixed-Price (FFP) with optional Indefinite-Delivery Indefinite-Quantity (IDIQ) provisions for repairs, and it is crucial for maintaining safety standards within the Pentagon's operational environment. Interested vendors must attend a mandatory site visit on December 4, 2025, submit questions by December 10, 2025, and provide completed proposals by January 7, 2026. For further inquiries, vendors can contact Keisha Simmons at keisha.simmons@whs.mil or Bianca Betancourt at bianca.l.betancourt.ctr@mail.mil.
    Hotel Rooms for US Delegation to Munich Security Conference
    State, Department Of
    The Department of State is seeking to procure hotel accommodations for a high-level U.S. Government delegation attending the Munich Security Conference 2023. The objective of this procurement is to secure suitable lodging that meets the needs of the delegation during this significant international event. Providing adequate lodging is crucial for ensuring the delegation's comfort and operational effectiveness while engaging in discussions on global security issues. Interested vendors can reach out to David Machen at machendd@state.gov for further details regarding this opportunity.
    Conference and accommodation Services in Buenos Aires Argentina
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Buenos Aires, is soliciting quotations for conference and accommodation services for the CLDC Conference scheduled from May 17-23, 2026. The procurement requires the provision of 50 sleeping rooms and various conference facilities, including specific room types, meeting space setups, refreshments, and audio/visual equipment. This opportunity is crucial for ensuring a successful and well-organized conference, facilitating international collaboration and dialogue. Interested vendors must submit their proposals electronically in English by November 28, 2025, and include completed forms and proof of SAM registration. For further inquiries, contact Timothy P. Dougherty or Marisol Pacheco at BNS-Procurement@state.gov.
    NVANG UTA LODGING JANUARY 2025 - DECEMBER 2026
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide lodging accommodations for authorized personnel of the Nevada Air National Guard's 152d Airlift Wing from January 2025 to December 2026. The procurement requires single and double occupancy lodging within a three-mile radius of the 152d Airlift Wing located at 1776 National Guard Way, Reno, NV, ensuring that all facilities meet public health and security standards. This contract, which will be awarded based on best value criteria including pricing and technical capability, is set aside for small businesses with a total estimated value not exceeding $40 million. Interested vendors must submit their quotes via email to the designated contacts by 10:00 AM PDT on December 17, 2025, and ensure their proposals remain valid for at least 60 days post-solicitation close.
    NHHC NMUSN Industry Day Notice
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP), is hosting an Industry Day on June 4, 2025, at the Washington Navy Yard to engage with contractors and vendors regarding future projects for the National Museum of the United States Navy (NMUSN). This event aims to foster collaboration and gather innovative ideas related to architecture, exhibit design, artifact conservation, and various support services essential for the museum's development, which is projected to open in 2030 with a budget of $225 million. Participants will have the opportunity to attend briefings, engage in Q&A sessions, and schedule one-on-one discussions with government representatives, facilitating a deeper understanding of the contracting process and upcoming solicitations. Interested parties must RSVP by May 26, 2025, and provide necessary identification for base access; for further inquiries, contact Wesley Peters at wesley.b.peters.civ@us.navy.mil or Caitlin King at caitlin.d.king2.civ@us.navy.mil.
    2026 Winter Attache Tour Transportation Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for transportation services to support the Winter 2026 Air Attaché Tour, scheduled from January 10 to January 12, 2026, in Miami, Florida. The procurement is a total small business set-aside under NAICS code 485510 (Charter Bus Industry), requiring the contractor to provide ground transportation for 50 attendees, including distinguished visitors, with specific vehicle requirements for group and individual movements. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation process, with a total award amount of $19,000,000. Interested parties must submit their quotes by December 19, 2025, at 10:00 AM EST, and direct any inquiries to the Contracting Officer, Ms. Danielle Sookhai, or the Contract Specialist, Ms. Maia Warren, by December 15, 2025.
    Reservation System RFI
    Dept Of Defense
    The Department of Defense, through the Commander Navy Installations Command (CNIC), is seeking information from contractors regarding their capabilities to support the development and implementation of a modernized Morale, Welfare, and Recreation (MWR) Reservation System. This initiative aims to create a unified reservation process for over 12 million military-affiliated patrons across 300 bases, enhancing program efficiency and customer experience, particularly in areas such as vehicle storage, marinas, and recreational lodging. Interested contractors are invited to respond to the Request for Information (RFI) N4571A-25-I-0006, which outlines specific system requirements and capabilities, with responses due by October 16, 2025. For further inquiries, interested parties can contact Jasmyn Payne at jasmyn.m.payne.naf@us.navy.mil or by phone at 901-874-6931.