Domestic Training Facility
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 U.S. Department of State, Bureau of International Narcotics and Law Enforcement Affairs (INL), is soliciting quotes for a Domestic Training Facility and support services. This Total Small Business Set-Aside opportunity seeks a facility to host INL's Pre-Deployment Training Program (PTP) and other training needs in the Washington, D.C. area. The contract will be a Firm Fixed Price daily rate/person, with a one-year base period and four one-year option periods. Proposals are due February 13, 2026, at 10:00 AM ET.
Scope of Work
The contractor shall provide a comprehensive training facility and support services, including:
- Location: Within 30 miles of the U.S. Department of State (2401 E Street, NW, Washington, DC 20037) and 25 miles of an international airport. Shuttle service to the airport and nearest Metro station is required if not within walking distance.
- Facilities: Classroom space (one large, three breakout, two interviewing rooms), separate workspace for INL/contract personnel, secure storage, lodging, food service, and recreational facilities (gym/leisure). All facilities must be collocated or within a 5-10 minute walk/short shuttle ride.
- Capacity: Accommodate approximately 50-300 trainees annually, with typical lodging for 6-10 students per month. Classes are generally 5-8 days, with potential for up to four 2-week courses per year.
- Amenities: Private, non-smoking guest rooms with private bathrooms, TV, phone, high-speed internet. Classrooms require A/V equipment, computers, and internet. Secure, climate-controlled storage. 15 non-dedicated parking spaces.
- Services: Daily housekeeping, food service (three meals/day, box lunches, snacks), laundry facilities, security support, and on-site technical support.
Contract Details
- Contract Type: Single Award Firm Fixed Price daily rate/person.
- Period of Performance: One base year + four one-year option periods.
- Place of Performance: Washington, D.C. region.
- Set-Aside: Total Small Business Set-Aside (NAICS 721110, size standard $40M).
Submission & Evaluation
- Submission: Offerors must submit Volume I (Technical Quote), Volume II (Cost/Price Quote), and Past Performance/References electronically. Technical proposals are limited to 30 pages. Vendors must be registered in SAM.gov.
- Evaluation Criteria: Best Value determination, with Technical Merit being more important than Cost/Price. Factors include:
- Facility amenities/suitability, management structure, technical capabilities, and logistical support.
- Past Performance.
- Cost/Price.
Key Deadlines
- Questions Due: February 6, 2026, 10:00 AM ET.
- Proposals Due: February 13, 2026, 10:00 AM ET.
- Contact: Amy Moseley (moseleyar@state.gov).