Provision of Serviced Apartments, London, United Kingdom
SOL #: 19UK5626Q0024Combined Synopsis/Solicitation
Overview
Buyer
State
State, Department Of
U.S. EMBASSY LONDON
WASHINGTON, DC, 20520, United States
Place of Performance
Place of performance not available
NAICS
All Other Traveler Accommodation (721199)
PSC
Lodging Hotel/Motel (V231)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Apr 1, 2026
2
Last Updated
Apr 27, 2026
3
Submission Deadline
May 14, 2026, 4:00 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. Embassy – London requires fully furnished, serviced apartments with up to three bedrooms for short-term occupancy in specific London areas. This will be an Indefinite Delivery Indefinite Quantity (IDIQ) contract with firm fixed-price task orders. No set-aside is specified. Quotations are due May 14, 2026, at 17:00 BST.
Scope of Work
This opportunity seeks providers for serviced apartments suitable for U.S. Embassy London personnel and their families. Key requirements include:
- Locations: Wimbledon, Putney, Nine Elms/Battersea, St. John’s Wood, and Marylebone areas of London, United Kingdom.
- Apartment Types: Fully furnished, 1-3 bedrooms (studio apartments will not be considered). Lower ground floor units are acceptable if they meet all health, safety, fire, and accessibility requirements and provide natural light.
- Furnishings & Amenities: Equipped kitchen, private bathroom, adequate heating/cooling/ventilation, fire safety equipment (UK regulations), adequate lighting, window coverings, and a combination washing machine/dryer or separate units. Elevators are required for floors above ground.
- Utilities & Services: Electricity, Gas/heating, Water, Council tax, TV license (where applicable), Building service charges, and high-speed WiFi (minimum 50 Mbps download, 10 Mbps upload, unlimited data, secure network, technical support, and full coverage).
- Cleaning: Weekly cleaning service, including vacuuming, mopping, dusting, bathroom/kitchen cleaning, waste removal, and linen change.
- Special Requirements: Pet-friendly apartments and wheelchair-accessible apartments must be available and clearly identified. Breakfast services are not required and should not be included in pricing.
Contract Details
- Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ) with firm fixed-price task orders.
- Period of Performance: One year from the date of contract award.
- Minimum Order: £500.00 GBP / $667.00 USD.
- Maximum Order: £262,500.00 GBP / $350,000.00 USD (including all taxes).
- Applicable Clause: Subject to FAR 52.229-12 – Tax on Certain Foreign Procurements.
- Payment: Payments will be made per Task Order within 30 days of a proper invoice. U.S. companies paid in USD to a U.S. bank; UK companies paid in GBP to a UK bank.
Submission & Evaluation
- Questions Due: April 24, 2026, at 17:00 BST (past).
- Quotations Due: May 14, 2026, at 17:00 BST.
- Submission Method: Electronically to Procurement_Box2@state.gov. Proposals must be in English and complete.
- Required Documents: SF-1449, Section I (Pricing), Section 5 (Representations and Certifications), additional information as required in Section 3, and a completed IRS Form W-14.
- Pricing: Unit pricing should be per night for defined night ranges (e.g., 1-28 nights, 29-30 nights, 31-60 nights, 61-90 nights), with VAT added as a separate line item.
- Evaluation: Award will be made to the lowest priced, acceptable, responsible offeror. The Government may award based on initial offers without discussion. Past performance will be assessed.
- Subcontractors: Offerors proposing subcontractors must demonstrate a working relationship of at least three years and provide their legal name and contact information.
Set-Aside
No set-aside is specified for this opportunity.
People
Points of Contact
Nicola CullenPRIMARY
Donna Martins da SilvaSECONDARY
Files
Versions
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Apr 27, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Apr 1, 2026