NESA LAF Lodging
ID: HQ003425E049Type: 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Near East South Asia Center (NESA) for Strategic Studies is seeking contractor support for lodging services during the Lebanese Armed Forces Seminar from April 5 to April 12, 2025. The contract involves accommodations for approximately 36 individuals, including specific room types and amenities, such as high-speed internet and dining arrangements adhering to dietary restrictions. The selected lodging must be located within 0.5 miles of the Pentagon and a metro station, with facilities that comply with ADA standards. The contractor is required to provide amenities such as a hot breakfast buffet, on-site dining facilities, and public areas for group meetings. Notably, the Government will not cover costs for self-pay rooms unless confirmed by the participants. Reservations must be confirmed, and any unoccupied reserved rooms before a specified time will incur costs. The contract is structured as a Firm-Fixed Price agreement, with further details regarding invoices and contact information provided. This document exemplifies a government RFP focused on procuring lodging services to support military training and collaboration efforts, ensuring participant comfort, convenience, and adherence to cultural sensitivities.
    The Washington Headquarters Services (WHS) Acquisition Directorate is soliciting proposals for the NESA for Strategic Studies Lodging Support Services, as outlined in the accompanying Performance Work Statement (PWS). This Request for Proposal (RFP) is exclusively electronic, with no hard copies provided. Interested offerors must submit their proposals via email by March 17, 2025, and include the solicitation number and project name in the subject line. Proposals should include several sections: 1. **Administrative Section:** This encompasses a cover sheet with contact information and necessary codes (e.g., Tax ID, CAGE, DUNS) and a completed clauses/provisions section with no page limits. 2. **Technical Section:** Offerors must clearly demonstrate their technical capabilities within an 8-page maximum, including descriptions and specifications that show they meet all salient characteristics. 3. **Price Section:** A firm-fixed price proposal should be submitted using Standard Form 1449, including an individual pricing spreadsheet outlining quantities and unit pricing. The RFP emphasizes the need for comprehensive and clear proposals that fulfill the specified requirements, promoting effective competition and evaluation.
    The document outlines the evaluation criteria for the federal solicitation regarding the “HQ003425QE049 NESA for Strategic Studies Lodging Support Services.” The Government intends to award a contract based on the Lowest Price Technically Acceptable (LPTA) criterion. Offerors must provide adequate information, including descriptions, quantities, and technical specifications, for their proposals to be evaluated effectively. Proposals will be rated as either "Acceptable" if they meet the minimum requirements or "Unacceptable" if they do not. The evaluation process involves selecting the lowest-priced bid first, assessing its technical acceptability, and moving to the next lowest bid if the first is found lacking. A binding contract is formed upon acceptance of an offer, without further actions required by either party, as long as no withdrawal is filed. This structure ensures the Government can maintain oversight and accountability while obtaining necessary services at the best price.
    The document outlines a solicitation for lodging services for the Lebanese Armed Forces (LAF) Seminar, taking place from April 5 to April 12, 2025, with an order number HQ003425QE049. The Washington Headquarters Services (WHS) is seeking proposals from Women-Owned Small Businesses (WOSB), focusing on firm-fixed price contracts for accommodations in the Washington, D.C. area to host approximately 36 individuals. The required lodging includes 17 double hotel rooms, 2 single hotel rooms, and 1 self-pay room. Key requirements include the submission of applicable discounts, related fees, and tax exemptions. Proposals must also include specific company information such as Cage Code, DUNS Number, and business size classification. The award will be granted to the lowest-priced, technically acceptable bid that meets the outlined specifications. Compliance with several Federal Acquisition Regulation (FAR) clauses regarding small business participation, payment processes, and contractor responsibilities is mandatory. This solicitation highlights the federal government's commitment to promoting small businesses, especially those owned by women, while ensuring that the contracting process adheres to federal standards and regulations.
    Lifecycle
    Title
    Type
    NESA LAF Lodging
    Currently viewing
    Solicitation
    Similar Opportunities
    Logistics Support Area - DCNG
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Logistics Support Services at Logistics Support Area (LSA) Lincoln in Washington, D.C. The contractor will be responsible for delivering comprehensive facilities management, maintenance, power generation, water and wastewater system operations, and waste management services, as outlined in the attached draft Performance Work Statement (PWS). These services are crucial for sustaining operations related to the Make DC Safe and Beautiful mission, ensuring the effective management of resources and infrastructure at the site. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), are encouraged to submit capability statements to LTC J. Paul Caldwell at joseph.p.caldwell.mil@army.mil or CPT Kyle Hartleben at kyle.d.hartleben2.mil@army.mil by the deadline, with the anticipated period of performance running from March 1, 2026, to July 7, 2026.
    Washington Headquarters Services Commercial Solutions Opening
    Dept Of Defense
    The Washington Headquarters Services (WHS) of the Department of Defense is soliciting innovative commercial solutions through a Commercial Solutions Opening (CSO) aimed at enhancing defense capabilities. This initiative seeks to leverage commercially available technologies and innovative products and services, allowing for agile development activities that can improve existing government-owned capabilities. The CSO is open for five years and encourages submissions from nontraditional defense contractors and small businesses, with a competitive selection process that includes a solution brief, pitch presentation, and request for prototype proposal. Interested parties can contact Meghan T. Meyers at meghan.t.meyers.civ@mail.mil for further information and are advised to monitor the Government Point of Entry for updates and amendments.
    Housing Provider
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the United States Secret Service (USSS), is seeking lodging providers to manage room blocks for the 2028 Olympic and Paralympic Games in Los Angeles, CA. The primary objective is to secure a minimum of fifty (50) rooms at various event venues for durations of 30 to 60 days, ensuring consistent terms, amenities, and flexible cancellation policies without penalties. This procurement is crucial for supporting the National Special Security Event (NSSE) security plan, which necessitates reliable housing for personnel involved in the event. Interested parties must submit their responses by December 30, 2025, at 11:00 AM Eastern Time, and can contact Danielle Donaldson at danielle.donaldson@usss.dhs.gov or Katheryn Dennis at katheryn.dennis@usss.dhs.gov for further information.
    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.
    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.
    Office of Small Business Programs Support Services - Amend 7
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for the Office of Small Business Programs Support Services. The contract aims to provide comprehensive operational and management support, including business execution, strategic communication, and mentor-protégé program support, with a total award amount of up to $24,500,000. The performance period is set to begin in January 2026, lasting for one base year with four additional option years extending through January 2031. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil or Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.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.
    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.
    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.
    RFI- Supplemental Lodging Reservation Service
    General Services Administration
    The General Services Administration (GSA) is conducting market research through a Request for Information (RFI) to explore the feasibility of a supplemental lodging reservation service aimed at eligible entities, including state and local governments, Congressional offices, government contractors, non-profit organizations, and tribal groups. The GSA seeks industry input on a Statement of Objectives and requests responses to specific capability evaluation questions to assess market readiness and capacity for this service. This initiative is crucial for enhancing travel and lodging arrangements for various governmental and non-governmental organizations. Interested parties must submit their responses via email by December 23, 2025, at 5:00 PM ET, and can direct inquiries to Elizabeth McEwen or Jennifer Miller at the provided email addresses.