Transplant Post-Discharge Lodging for NCI Research Participants
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 National Cancer Institute (NCI), on behalf of the Office of Mission Acquisition Solutions (OMAS), intends to award a non-competitive, firm fixed-price purchase order to Friends of Patients at the NIH for Transplant Post-Discharge Lodging for NCI Research Participants. This combined synopsis/solicitation (RFQ 75N98026Q00097) seeks to provide essential lodging services in Bethesda, MD. Responses are due by March 23, 2026.
Purpose & Scope of Work
The NCI Center for Cancer Research requires lodging accommodations for patients and their caregivers participating in clinical trials, specifically those undergoing bone marrow transplants. These participants, who travel from various locations, need to remain in the Bethesda, Maryland area for up to 100 days post-transplant for critical evaluation and care. The lodging must be within a one-mile radius of the NIH Clinical Center, fully furnished, and include utilities, local telephone, and basic cable TV. Daily rates must be fixed at or below the GSA per diem for zip code 20892 and guaranteed not to fluctuate. Monthly reports detailing activities and billing are required.
Contract Details
- Contract Type: Firm Fixed-Price Purchase Order
- Period of Performance: April 1, 2026 – March 31, 2027
- Set-Aside: Non-competitive (intended for Friends of Patients at the NIH)
- NAICS Code: 814110 – Private Households
- Small Business Size Standard: $8.0M
- Place of Performance: Bethesda, MD 20892
Submission & Evaluation
This is a non-competitive notice of intent. However, responses are requested to determine if a competitive procurement is feasible. Proposals must include clear and convincing evidence of the offeror's capability, a detailed price quote (labor categories, estimated hours, fully loaded hourly rates, breakdown of other direct costs/materials, and total amount). Offerors must provide their Unique Entity ID (UEI), Taxpayer Identification Number (TIN), and certification of business size, and maintain an active registration in SAM.gov. Evaluation Factors: Technical Capability, Past Performance, and Price.
Key Dates & Contact
- Response Due: March 23, 2026, by 11:00 A.M. Eastern Time
- Submission Contact: Claudia Ventola, Contract Specialist, at claudia.ventola@hhs.gov
Additional Notes
The solicitation incorporates various FAR and HHSAR provisions and clauses by reference, including FAR 52.212-1 (Instructions to Offerors), FAR 52.212-4 (Terms and Conditions), and FAR 52.212-2 (Evaluation). Invoicing instructions (Attachment 2) require electronic submission via the Department of Treasury's Invoice Processing Platform (IPP).