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 its Reserve personnel performing Inactive Duty Training (IDT) across the Southwest District. This Firm Fixed-Price opportunity is a Total Small Business Set-Aside. Proposals are 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 USCG Reserve members. This includes managing monthly lodging requests for up to 115 rooms, ensuring facilities meet specific standards such as the Hotel and Motel Fire Safety Act of 1990, a three-star Mobile Travel Guide or AAA diamond rating, 24/7 front desk, internal hallways, and low crime rates. Rooms must be non-smoking, double occupancy with two separate beds, and adhere to segregation requirements based on officer/enlisted status, gender, and rank. Services are required for USCG units within the Southwest District, covering locations in California, Arizona, Nevada, and Utah. Facilities should ideally be within ten miles of the unit, extending to 20 miles with approval. Proposals must cover all 23 listed locations and include a list of all available hotels conforming to the Statement of Work (SOW).
Contract Details
- Contract Type: Firm Fixed Price Solicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 721110 (Lodging - Hotel/Motel)
- Size Standard: $40,000,000
- Period of Performance: Base period from February 1, 2026, to January 31, 2027, with four one-year option periods, extending the potential contract duration through January 31, 2031.
- Maximum Quantity: 1380 nights (NK) per year.
- Per Diem Rates: Daily lodging per diem rates range from approximately $110.00 to $272.00, not to exceed GSA Per Diem rates.
Submission & Evaluation
- Proposal Due Date: January 26, 2026, at 14:00 local time.
- Submission Method: Electronic to roderick.c.pagador@uscg.mil and jonny.a.ochoa@uscg.mil.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Technical capability and understanding will be rated Acceptable/Unacceptable. Price will be determined by the total price in the pricing schedule, with bidders providing unit rates and total maximum prices. Offerors must hold prices firm for 60 calendar days.
Key Amendments
Amendment A00002 clarified that bidders should provide their rate under "Unit Price" and "Total Price" under "Maximum Price" on the schedule, ensuring alignment with SOW C.4.3.a, and confirmed a maximum quantity of 1380 nights (NK) per year. Amendment A00001 specified that proposals must address all 23 listed locations and require vendors to submit a list of all available hotels within each area that conform to the SOW.
Additional Notes
Multiple Wage Determinations are included for various California counties, which bidders should review to accurately estimate labor costs for any service employees involved in providing lodging locator and reservation services. The government is exempt from Federal, State, and local taxes.