Domestic Training Facility

SOL #: 191NLE26Q0038Combined Synopsis/Solicitation

Overview

Buyer

State
State, Department Of
ACQUISITIONS - INL
WASHINGTON, DC, 20520, United States

Place of Performance

Washington, DC

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

Lodging Hotel/Motel (V231)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 30, 2026
2
Last Updated
Feb 11, 2026
3
Submission Deadline
Feb 13, 2026, 3:00 PM

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 U.S. Department of State, Bureau of International Narcotics and Law Enforcement Affairs (INL), is seeking proposals for a Domestic Training Facility to support its Pre-Deployment Training Program (PTP) and other INL/SAO training needs. This Total Small Business Set-Aside opportunity requires a comprehensive facility within 25 miles of Washington, D.C., and an international airport, offering lodging, classrooms, food service, and recreational amenities. Quotes are due by February 13, 2026, at 10:00 A.M. ET.

Scope of Work

The contractor shall provide a fully equipped facility and training support services. Key requirements include:

  • Location: Within 25 miles driving distance of the US Department of State (2401 E Street, NW, Washington, DC 20037) and an international airport. Shuttle service to airport/Metro must be provided if not within walking distance.
  • Facility Amenities: Classroom space (for up to 50 participants + instructors, with breakout rooms), separate workspace for INL/contract personnel, secure climate-controlled storage, lodging, food service, and recreational facilities (gym/leisure space). All facilities must be collocated within a 5-10 minute walk or short shuttle ride.
  • Lodging: Private, non-smoking, ADA compliant guest rooms with private bathrooms, TV, phone, high-speed internet, and daily housekeeping.
  • Capacity: Accommodate approximately 50 to 300 trainees annually, with typical lodging for 6-10 students per month. Classes are usually 5-8 days, but the facility must support courses up to 2 weeks with four iterations per year.
  • Support Services: Housekeeping, maintenance, laundry facilities, security support, and flexibility for short-notice scheduling.

Contract Details

  • Contract Type: Single award Firm Fixed Price (FFP) contract, utilizing daily per-person rates for complete or daily meeting packages.
  • Period of Performance: A one-year base period with four one-year option periods, starting from the date of award (earliest anticipated start 03/16/2026, latest end 03/15/2031).
  • Set-Aside: Total Small Business Set-Aside.
  • NAICS Code: 721110 (Hotels (except Casino Hotels) and Motels) with a $40,000,000 size standard.
  • Product Service Code: V231 (Lodging Hotel/Motel).

Submission & Evaluation

  • Submission Requirements: Offerors must submit Volume I (Technical Quote), Volume II (Cost/Price Quote), and Past Performance and References. Electronic submission is required, with separate files for each volume. Vendors must be registered in SAM.gov.
  • Evaluation Criteria: Award will be based on a Best Value determination, with Technical Merit being more important than Cost/Price. Evaluation factors include:
    1. Facility amenities/suitability, management structure, technical capabilities, and logistical support.
    2. Past Performance.
    3. Cost/Price.
  • Key Deadlines:
    • Questions Due: February 6, 2026, 10:00 A.M. ET.
    • Quotes Due: February 13, 2026, 10:00 A.M. ET.

Additional Notes

Offers must remain valid for 90 days. Contractors are advised to direct all inquiries to the Contracting Officer or Contract Specialist. Product images are required.

People

Points of Contact

Amy MoseleyPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Feb 11, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Feb 6, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 5, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 30, 2026