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
    NESA TNDI 02-25 Lodging Conference Center
    Buyer not available
    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.
    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.
    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.
    Off Center Lodging April 2025 - September 2025
    Buyer not available
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking qualified small businesses to provide off-center lodging services for students from April 1 to September 30, 2025. The contractor will be responsible for supplying approximately 2,754 hotel/motel rooms, ensuring compliance with specific requirements such as inside room entry doors and 24-hour front desk availability, all within a 40-mile radius of FLETC in Glynco, Georgia. This procurement is crucial for accommodating students when on-center dormitories reach capacity, thereby supporting the training mission of FLETC. Interested bidders must submit their quotes electronically by March 18, 2025, and can direct inquiries to Erin Johnson at erin.johnson@fletc.dhs.gov or by phone at 912-267-3297.
    Berthing Everett Washington
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses to provide temporary lodging services in Everett, Washington, for personnel from the Port Security Unit 313 during designated Active-Duty Training dates in May 2025. The procurement requires a total of 25 double occupancy rooms for 175 nights, with accommodations located within five miles of Naval Station Everett, adhering to specific standards such as compliance with the Hotel and Motel Fire Safety Act and a minimum AAA rating of three diamonds. Interested vendors must submit their quotes by March 20, 2025, at 08:00 AM PST, and any inquiries should be directed to Elizabeth Tam-Hurley at elizabeth.h.tam-hurley@uscg.mil or by phone at 206-815-3611.
    Administrative, Acquisition, Financial Management, Professional, and Support Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors to provide Administrative, Acquisition, Financial Management, Professional, and Program Management Support Services. This procurement aims to enhance operational efficiency for approximately 64,000 personnel in the National Capital Region, focusing on executive-level administrative assistance, acquisition management, financial analysis, and program oversight. The anticipated contract will be structured as an Indefinite Delivery, Indefinite Quantity (IDIQ) agreement with a 12-month base period and four 12-month option periods, beginning in November 2025. Interested firms, particularly small businesses, are encouraged to submit capability statements detailing relevant experience and past performance to Ronda Wilson at ronda.d.wilson2.civ@mail.mil or Stormy Anthony at Stormy.l.anthony.civ@mail.mil, noting that responses will not receive acknowledgment and no costs will be reimbursed for preparation efforts.
    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.
    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.
    Unfunded Lodging in Key West
    Buyer not available
    The Department of Defense, specifically the Virginia Air National Guard (VaANG), is seeking quotations for unfunded lodging solutions in Key West, Florida, for authorized personnel from April 20 to April 26, 2025. The procurement aims to secure entire houses or hotel rooms that meet specific requirements, including having kitchens and secure locking mechanisms, while adhering to Department of Defense Lodging Adequacy standards with a quality rating of three to four stars. This lodging is critical for the mission success of the VaANG, ensuring personnel have safe and suitable accommodations during their assignment. Interested small businesses must submit their quotations by March 27, 2025, with inquiries directed to Desiree Santos at desiree.santos.2@us.af.mil or by phone at 757-764-7600.
    Resource Management Support Services
    Buyer not available
    The Department of Defense (DoD), through the Washington Headquarters Services (WHS), is conducting market research via a Sources Sought Notice for Resource Management Support Services. This procurement aims to gather information on potential contractors capable of providing essential services, including program management, financial management, information management, website maintenance, and contractor workforce management, with a focus on compliance with security protocols, including SECRET clearance. The contract will consist of a 12-month base period followed by four option periods, emphasizing the need for contractors to demonstrate relevant experience and the ability to manage personnel autonomously while adhering to governmental guidelines. Interested vendors should respond with capability statements addressing administrative aspects, small business subcontracting opportunities, and key requirements by contacting Jasmine Sadat at jasmine.s.sadat.civ@mail.mil or Douglas Boorstein at douglas.j.boorstein.civ@mail.mil.