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 Homeland Security (DHS), U.S. Coast Guard (USCG) TRACEN Petaluma, is soliciting quotations for Lodging Services for the International Maritime Officer Course (IMOC) during their off-site training. This is a Total Small Business Set-Aside opportunity. The acquisition will utilize an online competitive reverse auction via Unison Marketplace for pricing. Quotations are due by February 11, 2026, at 4:00 PM EST.
Scope of Work
The contractor will provide lodging accommodations and breakfast vouchers for IMOC participants for a total of 14 nights across six cities from March 09, 2026, through April 09, 2026. The required locations and durations are:
- Jacksonville, NC (3 nights)
- Charlottesville, VA (1 night)
- Mystic, CT (2 nights)
- Boston, MA (3 nights)
- Manhattan, NY (3 nights)
- Washington, DC (2 nights)
Accommodations must be comfortable and secure, in proximity to training venues, and facilitate efficient check-in/out. Double rooms are required (maximum two individuals per room, with separate accommodations for male and female guests), featuring clean furnishings, a desk, chair, lamp, and adequate clothes storage.
Performance Standards
Lodging facilities must meet a Mobil Travel Guide Rating of three stars or an AAA Diamond Rating of three diamonds. The contractor must provide 24-hour check-in/check-out service and immediately notify the USCG of any changes to arrangements.
Contract Details
- Contract Type: Firm-Fixed Price.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 721110 (Hotels (except Casino Hotels) and Motels) with a small business size standard of $40.0 million.
- Period of Performance: March 09, 2026, through April 09, 2026.
Submission & Evaluation
This is a Request for Quotation (RFQ). The pricing portion of the bid MUST be submitted using the online exchange at https://marketplace.unisonglobal.com via a competitive reverse auction. Interested sellers must register on Unison Marketplace. All questions concerning the solicitation must be submitted via the 'Submit a Question' feature at https://marketplace.unisonglobal.com.
Award will be made to the responsible offeror whose quotation is most advantageous to the Government, considering Technical Capability, Past Performance, and Price.
Quotations are due by February 11, 2026, at 4:00 PM EST.
Additional Notes
Special requirements include providing breakfast meal vouchers (continental or hotel restaurant, including gratuity), ensuring wireless internet is included in the daily rate, and that guests are not required to provide a personal credit card at check-in. The USCG is exempt from lodging-related state and local taxes (Tax Exemption Number: B-239641). A Post Award Conference is required within five business days of award. Offerors must review all incorporated FAR and HSAR provisions and clauses, accessible at www.acquisition.gov.