USCG Southwest District Temporary Lodging
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 U.S. Coast Guard (USCG), under the Department of Homeland Security, is soliciting proposals for Temporary Lodging (TL) services for Reserve Coast Guard personnel performing Inactive Duty Training (IDT) within the Southwest District (California, Arizona, Nevada, and Utah). This is a Total Small Business Set-Aside opportunity. The solicitation is for a Firm Fixed-Price contract, with proposals due by January 26, 2026, at 14:00 local time.
Scope of Work
The contractor will provide temporary lodging, including locator and reservation services, for individual reserve members. The requirement includes up to 115 rooms monthly, with daily per diem rates ranging from approximately $110.00 to $272.00. Rooms must be non-smoking, double occupancy with two separate beds, and adhere to specific segregation requirements based on officer/enlisted status, gender, and rank. Facilities must meet the Hotel and Motel Fire Safety Act of 1990, have a three-star Mobile Travel Guide rating or three AAA diamonds, feature internal hallway access with locked exterior doors, and maintain a 24/7 front desk. Lodging facilities should be located within ten miles of the unit, extendable to 20 miles with COR approval, and be in areas with crime rates at or below the county average. The contractor must provide multiple 24/7 points of contact for emergent issues and submit monthly "no show" reports. Proposals are required for all 23 listed locations, and vendors must list all available hotels within each area that conform to the Statement of Work (SOW).
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: A base period from February 1, 2026, to January 31, 2027, followed by four (4) one-year option periods, extending the potential contract through January 31, 2031.
- Maximum Quantity: 1380 nights (NK) per year.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5), NAICS Code 721110, Size Standard $40,000,000.
Submission & Evaluation
- Proposal Due Date: January 26, 2026, at 14:00 local time.
- Submission Method: Electronic to jonny.a.ochoa@uscg.mil and roderick.c.pagador@uscg.mil.
- Pricing: Bidders must provide their rate under "Unit Price" and the "Total Price" under "Maximum Price" on the schedule, ensuring alignment with SOW section C.4.3.a.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Technical capability and understanding will be rated as Acceptable/Unacceptable. Offerors must hold prices firm for 60 calendar days.
Key Amendments & Notes
Amendment A00003 confirms that the proposal deadline is not extended. Previous amendments (A00001, A00002) clarified that proposals must cover all 23 listed locations and require vendors to list all available hotels conforming to the SOW within each area. Multiple Wage Determinations are included for various California counties, which bidders should review to accurately estimate labor costs for any associated services.