Temporary Lodging for USCG PSU 312
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 United States Coast Guard (USCG) Operational Logistics Command (LOG-94) is soliciting quotes for Temporary Lodging Services for USCG Port Security Unit 312 personnel during reserve drills. This is a Small Business Set-Aside acquisition for a Firm-Fixed Price Purchase Order. The services are required in the San Francisco, CA area. Quotes are due by May 08, 2026, at 10:00 AM Pacific Time.
Scope of Work
The requirement is for berthing services for USCG PSU 312 personnel for reserve drills from June 25, 2026, to May 16, 2027. The anticipated need is for 30 single occupancy rooms and 280 double occupancy rooms, totaling 310 rooms and 930 room nights. The total number of rooms and room nights may fluctuate by up to 15% monthly.
Key lodging requirements include:
- Location within 10 miles of San Francisco International Airport (SFO), CA 94128, including San Bruno and South San Francisco.
- Minimum 3-star rating (Mobile Travel Guide, AAA, or Cranley Level six) and compliance with the Hotel and Motel Fire Safety Act of 1990.
- Accessible internal hallways with locked exterior doors and a 24/7 front desk attendant.
- All rooms must be non-smoking, clean, and well-maintained.
- A 24-hour cancellation policy before the day of stay.
- Parking charges must be included in the price quote.
- The Government is exempt from Federal, State of California hospitality, and local taxes.
- Facilities must not participate in government-funded low-income housing or homeless services programs.
Contract Details
- Contract Type: Firm-Fixed Price Purchase Order (FFPPO).
- Period of Performance: June 25, 2026 - May 16, 2027.
- Set-Aside: 100% Small Business.
- NAICS Code: 721110 (Hotels and Motels) with an $11 million size standard.
- PSC Code: V231 (Lodging Hotel/Motel).
- Payment: Electronic Funds Transfer (EFT) via the U.S. Coast Guard Finance Center (FINCEN), with invoicing through the Invoice Processing Platform (IPP).
- Unallowable Charges: The Government will not pay for personal charges such as telephone, premium TV/movie service, internet, room service, restaurant charges, honor bar, or laundry.
Submission & Evaluation
- Submission Method: Electronic submission of quotes to Contract Specialist Christopher U. Columbres (christopher.u.columbres@uscg.mil) and Contracting Officer Yvett R. Garcia (yvett.r.garcia@uscg.mil).
- Questions Due: May 06, 2026, 10:00 AM Pacific Time.
- Quotes Due: May 08, 2026, 10:00 AM Pacific Time.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Offers will be evaluated first on Technical Capability and Understanding (Acceptable/Unacceptable), then on Price. Only the lowest priced technically acceptable offer will be awarded.
- Offer Acceptance Period: 60 calendar days from the offer receipt date.
Additional Notes
Offerors must comply with FAR 52.204-7 (SAM Registration) and FAR 52.212-4 (Contract Terms and Conditions). A Wage Determination (WD 2015-5637, Revision 31) is applicable for San Francisco and San Mateo counties, outlining minimum wage rates, fringe benefits, and Executive Order requirements (EO 13706 for Paid Sick Leave, EO 13658 for Minimum Wage). Bidders should review this document for labor cost implications.