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 proposals for a Domestic Training Facility to support its Pre-Deployment Training Program (PTP) and other training needs. This is a Total Small Business Set-Aside opportunity for a Firm Fixed-Price contract. Proposals are due February 13, 2026, at 10:00 AM ET.
Scope of Work
The objective is to provide INL/SAO with a facility and comprehensive training support services. The facility must be located within 30 miles of the U.S. Department of State (Washington, DC) and 25 miles of an international airport, with shuttle service to the airport. It must include classroom space, separate workspace, secure storage, lodging, food service, and recreational facilities (gym/leisure space). All specified facilities must be collocated or within a 5-10 minute walk/short shuttle ride.
The facility needs to accommodate approximately 50-300 trainees annually, with typical lodging for 6-10 students per month. Classes are usually 5-8 days, but the facility must be prepared for larger courses up to 2 weeks, four times a year. Requirements include a minimum of 15 non-dedicated parking spaces, shuttle service to the nearest Metro if not within two miles, and the capacity to accommodate surge requirements with short notice.
Contract & Timeline
- Contract Type: Firm Fixed-Price (FFP) daily rate/person contract.
- Period of Performance: One-year base period with four one-year option periods.
- Set-Aside: Total Small Business Set-Aside (NAICS 721110 - Hotels, except Casino Hotels and Motels, with a $40,000,000 size standard).
- Place of Performance: Washington, DC region.
- Proposal Due: February 13, 2026, 10:00 AM ET.
- Published: February 6, 2026.
Submission & Evaluation
Offerors must submit Volume I (Technical Quote) and Volume II (Cost/Price Quote), including Past Performance and References. Technical proposals are limited to 30 pages. The Government will make a Best Value determination, with Technical Merit being more important than Cost/Price. Evaluation factors include:
- Facility amenities/suitability, management structure, technical capabilities, and logistical support.
- Past Performance.
- Cost/Price.
Key Clarifications
- The current contract for these services ends in March 2026.
- Third-party contractors are permitted if they meet small business criteria.
- Proposals must present a single facility that best meets SOW requirements; alternative solutions or multiple proposals are not allowed.
- Airport shuttle service is mandatory.
- Hotels must accommodate surge requirements with short notice.