MESF DRILL BERTHING

SOL #: 70Z08426QDL940002Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
LOG-9
NORFOLK, VA, 23510, United States

Place of Performance

Kiln, MS

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 21, 2026
2
Last Updated
Feb 4, 2026
3
Submission Deadline
Jan 28, 2026, 10:00 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. Coast Guard (USCG), under the Department of Homeland Security, has issued a Request for Quotation (RFQ) for MESF DRILL BERTHING, seeking temporary lodging services for USCG Reserve personnel. This Total Small Business Set-Aside opportunity requires a Firm-Fixed Price Purchase Order for berthing in Gulfport or Biloxi, MS. Offers are due by January 28, 2026, 5:00 PM Eastern Time.

Scope of Work

The solicitation requires provision of temporary lodging for Reserve Drill Berthing from February 1, 2026, to August 31, 2026. This includes approximately 325 rooms (25 single, 300 double) totaling an estimated 798 room nights, with potential monthly fluctuations of up to 15%. Lodging facilities must comply with the Hotel and Motel Fire Safety Act of 1990, possess a three-star rating, feature accessible internal hallways with locked exterior doors, and maintain a 24-hour manned front desk. All rooms must be non-smoking, and a 24-hour cancellation policy is required. Parking charges must be included in the price quote. The government will not pay for amenities such as room service, honor bars, laundry, telephone, premium TV/movie service, internet, or mileage/travel time. Hotel splitting or multiple awards are not authorized.

Contract Details

  • Contract Type: Firm-Fixed Price Purchase Order
  • Period of Performance: February 1, 2026 – August 31, 2026
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Applicable Wage Determination: Service Contract Labor Standards Wage Determination Number 2015-5147 revision 28, dated 12/03/2025.
  • Payment: Electronic Funds Transfer (EFT) by USCG FINCEN. The government is exempt from Federal, State, and local taxes, and will provide the Tax Exemption Certificate. Invoicing is required once per reservation stay or weekly, whichever is shorter.

Submission & Evaluation

Offers must be submitted electronically. Evaluation will be based on Lowest Price Technically Acceptable (LPTA), assessing Technical Capability and Understanding (Acceptable/Unacceptable) and Price. Offerors must agree to hold prices firm for 60 calendar days.

Key Dates & Contact

  • Offers Due: January 28, 2026, 5:00 PM Eastern Time
  • Questions Due: January 27, 2026, 5:00 PM Eastern Time
  • Contact: Robin Mayfield, Contract Specialist, at Robin.L.Mayfield2@uscg.mil or (571) 613-6176.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 3
Award Notice
Posted: Feb 4, 2026
View
Version 2Viewing
Solicitation
Posted: Jan 27, 2026
Version 1
Solicitation
Posted: Jan 21, 2026
View