GTMs Long Term/Short Term Lodging
ID: RFP_19AQMM25R0021Type: Solicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFACQUISITIONS - AQM MOMENTUMWASHINGTON, DC, 20520, USA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due May 15, 2025, 2:30 PM UTC
Description

The Department of State is seeking proposals for the provision of long-term and short-term lodging services under the Global Talent Management Lodging Program. The objective is to award multiple indefinite-delivery, indefinite-quantity (IDIQ) contracts to supply fully furnished housing for personnel assigned to training at the Foreign Service Institute in Arlington, Virginia, as well as for personnel on medivac orders and other needs in the Washington D.C. area. This procurement is crucial for ensuring accessible and affordable accommodations for Department of State employees, interns, and foreign service personnel, with a total expected contract value of approximately $322 million over its duration. Interested contractors should contact Lawanna Bradley at bradleylr@state.gov or call 202-340-7524 for further details, and proposals must adhere to the specified requirements outlined in the solicitation documents.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 8:06 PM UTC
The document presents a pricing table related to a government Request for Proposal (RFP) for lodging and shuttle services under a Global Talent Management Lodging Program. It includes pricing details for various accommodations, specifying room types (studio, 1-bedroom, 2-bedroom, and 3-bedroom) alongside associated quantities, fixed unit prices, and subtotals for the base year and option year 1. The total proposed price for the base year lodging is $158,909. Additionally, no discounts were applied by the contractor for any room type. The document outlines estimated quantities and provides a structure for extending the agreement over subsequent option years. It emphasizes the pricing strategy while ensuring compliance with federal procurement regulations, aimed at securing competitive and transparent pricing for government-funded lodging services.
Mar 27, 2025, 8:06 PM UTC
The document outlines the minimum qualifications required for a property management service as specified in Section C.5 of the Statement of Work (SOW). Key requirements include providing professional property staff, ensuring property compliance with relevant codes, maintaining cleanliness, and offering on-site amenities such as laundry facilities and elevators. Units must have essential safety features like smoke detectors, secure locks, and reliable internet access, along with properly furnished rooms and adequate storage. A focus on guest comfort is emphasized with furnishings that promote relaxation and adequate lighting. Contractors are required to act in an environmentally sustainable manner, supporting federal environmental goals. Past performance references must demonstrate compliance with these qualifications, indicating the experience and capabilities of the service providers in meeting these essential requirements. The SOW serves as a crucial guide for the evaluation of potential service providers in responding to government RFPs.
Mar 27, 2025, 8:06 PM UTC
The document outlines a Request for Proposals (RFP) issued by the U.S. Department of State for a contract focused on providing long-term, furnished housing and shuttle services for personnel attending training at the Foreign Service Institute in Arlington, Virginia. The contractor is expected to supply temporary accommodations for Department of State employees, interns, and foreign service personnel, catering to different room configurations and offering shuttle transportation to key training sites. The solicitation defines the contract type as an indefinite-delivery, indefinite-quantity (IDIQ) contract, with a total expected value of approximately $322 million over the contract's duration. Each offer must specify prices as a percentage discount off the GSA lodging rate. The key requirements include ensuring accessibility, quality accommodations, compliance with safety standards, and customer service excellence. The proposal must also detail reservation processes, check-in procedures, and the necessary facilities to accommodate varying lengths of stay while maintaining high standards of cleanliness and acceptable living conditions. The primary aim is to alleviate financial burdens on employees during training and enhance the overall experience for users by providing easily accessible, affordable lodging options.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
ICI Hotel J&A
Buyer not available
The Library of Congress is seeking a contractor to provide lodging services for participants of the International Copyright Institute (ICI) educational program, which will take place from September 13 to September 21, 2025. The procurement involves supplying 26 hotel rooms in the vicinity of the Library of Congress, with specific requirements including queen beds, in-room safes suitable for laptops, and kitchen facilities featuring a refrigerator and microwave oven, all at GSA Per Diem rates. This initiative is crucial for educating foreign government officials from developing countries about U.S. Copyright law and policy, thereby fostering international collaboration. Interested vendors should contact Loren Fekete at LFekete@loc.gov or by phone at 202-961-5312 for further details regarding this opportunity.
DEPARTMENT OF STATE WORLDWIDE FACILITY MAINTENANCE SUPPORT SERVICES (FMSS)
Buyer not available
The U.S. Department of State is soliciting proposals for Worldwide Facility Maintenance Support Services (FMSS) under Solicitation No. 19AQMM25R0060. The contract aims to provide technically qualified personnel to support the operation, maintenance, and repair of approximately 290 U.S. Embassies and Consulates worldwide, ensuring these facilities remain safe, secure, and functional. This initiative is critical for maintaining the operational integrity of U.S. diplomatic missions, with the selected contractor expected to deliver a range of services including engineering support, project coordination, and facility management. Interested small businesses must submit their proposals by April 11, 2025, and can direct inquiries to Jose Vasquez at vasquezj4@state.gov. The contract has a ceiling price of $50 million and will be awarded based on the best value to the government.
Lodging Services: The Government requires lodging services for USFK personnel on TDY to various locations within South Korea
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified providers to offer lodging services for U.S. Forces Korea (USFK) personnel on Temporary Duty (TDY) in South Korea. The procurement aims to identify sources capable of delivering comprehensive lodging that accommodates single personnel, ensuring essential furnishings and supplies such as smart TVs and telephones, while adhering to safety and fire regulations. This initiative is crucial for supporting USFK personnel during their assignments, with facilities required to be located near USFK installations, maintain daily cleaning, and potentially provide meal services. Interested companies must submit their capabilities, pricing, and compliance information by April 18, 2025, to SFC Daniel Nyam at daniel.nyam.mil@army.mil or by phone at 315-755-0659. This Sources Sought Notice is part of market research and does not constitute a solicitation for a contract, which may last one base year with four options.
Worldwide Bldg. Envelope, Roofing, and Waterproofing Construction Multiple Award IDIQ Recompete (Phase I)
Buyer not available
The Department of State is seeking proposals for the Worldwide Building Envelope, Roofing, and Waterproofing Construction Multiple Award IDIQ Recompete (Phase I), with a total contract value estimated at approximately $25 million. This procurement aims to secure construction services for U.S. Embassies and Consulates globally, emphasizing compliance with stringent eligibility criteria, including security clearance standards and the requirement for contractors to be U.S. citizens or qualified joint ventures. The contract will be awarded through a competitive process, utilizing the Lowest Price Technically Acceptable (LPTA) evaluation method, with submission deadlines set for May 8, 2025. Interested parties can contact Ryan C. Edwards at Edwardsrc@state.gov for further information.
Hotel Room Rental Services
Buyer not available
The U.S. Department of State, through the U.S. Embassy in Ulaanbaatar, Mongolia, is seeking qualified contractors to provide hotel room rental services for the COIL Alumni Rule of Law Conference, scheduled from June 15 to June 18, 2025. The contractor will be responsible for accommodating approximately 50 international participants by providing single occupancy hotel rooms equipped with essential amenities, including daily housekeeping, breakfast, Wi-Fi, and emergency information, within 5 km of the U.S. Embassy. This procurement is crucial for ensuring comfortable lodging for conference attendees, thereby facilitating effective participation in the event. Interested vendors must submit their quotations by April 28, 2025, and can reach out to primary contact Elizabeth Wysocki at WysockiEM@state.gov or secondary contact Zoljargal Enkhtaivan at zoljargalex@state.gov for further information.
Short Term Lodging Colorado Springs, Colorado
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide short-term lodging services in Colorado Springs, Colorado. This procurement is set aside for small businesses and aims to fulfill the lodging needs for personnel, emphasizing the importance of comfortable and accessible accommodations for military operations. Interested vendors can find more details and submit inquiries through the primary contact, Marketplace Support, at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com. The solicitation is available for review at the provided link, and interested parties should ensure they meet the requirements outlined in the Combined Synopsis/Solicitation notice.
TSE Staffing Services
Buyer not available
The U.S. Department of State is seeking qualified contractors to provide staffing services for the Office of Technical Security Engineering (TSE) within the Bureau of Diplomatic Security (DS). The primary objective of this procurement is to enhance training and operational services by supplying certified personnel, including program managers and instructors, who will support various functions such as administrative management, risk management, and the development of training programs focused on counterterrorism and operational objectives. This initiative is crucial for ensuring the security of U.S. personnel and facilities worldwide, emphasizing the need for adherence to security protocols and cultural sensitivity. Interested parties must submit a capabilities package by April 15, 2025, at 4:00 PM EST, and can direct inquiries to Michele Hartigan at hartiganmt@state.gov or John Jerrell at jerrelljw@state.gov.
842nd Beaumont TX Lodging Services
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command – Rock Island, is seeking quotes for lodging services for the 842nd Battalion in Beaumont, Texas, as part of the Military Surface Deployment and Distribution Command. The procurement is a 100% Small Business Set-Aside (SBSA) and aims to establish a firm fixed-price Blanket Purchase Agreement (BPA) for accommodations, with a focus on competitive pricing and compliance with specified requirements outlined in the Performance Work Statement and Price Matrix. This contract is crucial for providing safe and efficient lodging for military personnel, with a base period from May 16, 2025, to May 15, 2026, and multiple option periods extending through 2030. Interested vendors must submit their quotes by April 15, 2025, and direct any questions to Linda Humphrey at linda.d.humphrey.civ@army.mil by April 7, 2025.
COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO
Buyer not available
The Department of Defense is seeking non-personal lodging services within a ten-mile radius from Peterson Air Force Base in Colorado. This requirement is set-aside for Small Businesses (SB) only and aims to award multiple Blanket Purchase Agreements (BPAs) for commercial lodging services. The lodging services should be able to meet the requirements defined in the Statement of Work (SOW), including the ability to block off rooms for reservation within the approved GSA Per Diem Rates that are Tax Exempt. The awarded BPAs will have a five-year period of performance with a minimum order value of $1.00 up to a ceiling of $500,000.00. Contractors interested in this opportunity should submit a capability statement demonstrating their aptitude and capability to meet all the requirements. The capability statement should include the contractor's name, physical address, point of contact information, verification of SAM Registration and/or DUNs/Cage Numbers, and a small business identification and size capability statement. The awarded BPAs will incorporate all the terms and conditions defined in the solicitation. This opportunity will be open for five years to allow for additional contractors/companies to be considered for award of a BPA. Interested contractors should submit their capability statement to the Contract Specialist and Contracting Officer listed in the document.
Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL
Buyer not available
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.