Caribbean Course Lodging Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Defense, Washington Headquarters Services (WHS), has issued a Combined Synopsis/Solicitation (RFQ HQ003426QE044) for Caribbean Course Lodging Services. This opportunity seeks a contractor to provide lodging and shuttle services for approximately 50 funded guests attending the William J. Perry Center for Hemispheric Defense Studies (WJPC) Caribbean Security and Defense Course in Washington, DC. This acquisition is a Total Small Business Set-Aside. Offers are due electronically by February 17, 2026, at 09:00 AM.
Scope of Work
The contractor will provide comprehensive lodging and shuttle services for the WJPC Caribbean Security and Defense Course, scheduled from March 7-21, 2026. Key requirements include:
- Lodging: Approximately 675 funded room nights and 70 unfunded (self-pay) room nights. Rooms must be comparable in size, include a workspace, desk, drawers, free high-speed internet, refrigerator, iron, and secure safe. A hot breakfast buffet must be included in the room rate.
- Location: The hotel must be no further than five (5) miles from Fort Lesley J. McNair and within 0.50 miles of a Metro station, or offer shuttle service to a Metro station and surrounding areas.
- Shuttle Services: Provide transportation to and from Ronald Reagan National Airport for participants on arrival and departure dates. If the hotel does not provide permanent shuttle services, a third-party service may be used if included in the room rate.
- Facilities: In-hotel full-service restaurant, full-service restaurants within 0.5 miles, ADA compliance, a public area for group meetings (up to 10 participants), and on-site laundry facilities.
- Restrictions: The contract does not cover additional costs for shuttle services, local/international calls, pay-per-view, mini-bar, room service, or alcoholic beverages. The Government requests outgoing phones and pay-per-view TV be turned off, and mini-bars emptied.
Contract Details
- Contract Type: Firm-Fixed Price.
- Product Service Code (PSC): V231 - Lodging Hotel/Motel.
- NAICS Code: 721110 - Hotels (except Casino Hotels) and Motels, with a size standard of $40,000,000.
- Set-Aside: Total Small Business, including specific categories such as HUBZone Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB).
- Period of Performance: March 7, 2026, through March 21, 2026.
Submission & Evaluation
- Offer Due Date: February 17, 2026, at 09:00 AM.
- Submission Method: Electronically via the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil/.
- Evaluation Criteria: Award will be made to the responsible Quoter whose offer represents the best value or is most advantageous to the Government, based on Technical Capability and Price. Quotes must meet all contractual requirements to be considered technically acceptable.
- Requirements: Offerors must be registered in www.SAM.gov and must hold prices for 120 calendar days from the offer receipt date.
Contact Information
- Primary Contact: Lorita H. Jackson (lorita.h.jackson.civ@mail.mil)
- Secondary Contact: Courtney Applewhite (courtney.s.applewhite.civ@mail.mil, 703-545-3582)