V - OCC Hotel Occupancy for Conferencing and Lodging Support to the Uniform Commission Examination Program
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 Office of the Comptroller of the Currency (OCC), under the Department of the Treasury, is seeking proposals for Hotel Occupancy for Conferencing and Lodging (HOCL) Support for its Uniform Commission Examination (UCE) Program. This opportunity, estimated at $40.0 million, requires comprehensive hotel services including lodging, meeting facilities, and food & beverage. The resulting contract will be Firm-Fixed-Price (FFP) for a period of up to 5 years. This is a Full and Open Competition. Proposals are due by April 17, 2026, at 12:00 PM ET.
Scope of Work
This solicitation, issued under FAR Part 12 and 13.5, requires a hotel venue capable of supporting the UCE Program within a 25-mile radius of Dallas/Fort Worth (DFW) or Chicago (ORD) airports. Key requirements include:
- Lodging: Provision of a minimum of 210 single-occupancy guest rooms per UCE session week, totaling approximately 3,150 rooms over the contract period, at government per diem rates. Rooms must be secured, at least 300 sq ft, with standard amenities, climate control, TV, and Wi-Fi.
- Conference & Meeting Facilities: Dedicated rooms for administration (min 450 sq ft), individual candidate testing (min 900 sq ft for 15 candidates), panel meetings (min 300 sq ft for 15 attendees), and evaluator meetings (min 800 sq ft for 40 attendees). All rooms require specific configurations, AV equipment, high-speed internet, and accessible HVAC controls.
- Food & Beverage: Provision of breakfast, lunch, and dinner/evening snacks and beverages.
- Support Services: Audiovisual equipment, conferencing support, business services (copiers, shredding), and a secured, year-round storage room (min 200 sq ft).
- Key Personnel: An onsite point of contact (e.g., Convention Services Manager) is required.
- Compliance: Adherence to Section 508 of the Rehabilitation Act, OCC Security and Privacy Requirements, Hotel and Motel Fire Safety Act, and ADA compliance is mandatory.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) for base services, with firm-fixed-unit-price for unknown optional quantities.
- Period of Performance: A 6-month base period, four 12-month option periods, and one 6-month option period, potentially extending the contract to May 2031 (up to 5 years). An additional 6-month extension option may be exercised.
- Estimated Value: $40.0 million.
- NAICS Code: 721110 - Hotels (except Casino Hotels) and Motels, with a $40.0M size standard.
- Set-Aside: Full and Open Competition.
Submission & Evaluation
- Questions Due: April 7, 2026, by 12:00 PM ET, via email to Anethra.Facione@occ.treas.gov.
- Quotation Packages Due: April 17, 2026, by 12:00 PM ET, via email to Anethra.Facione@occ.treas.gov.
- Evaluation Process: A three-phase approach:
- Phase One: Technical Capability and Key Personnel (Go/No-Go).
- Phase Two: Past Performance and Price (Tradeoff).
- Phase Three: Site Visit (Go/No-Go).
- Basis of Award: Best value tradeoff, with Past Performance being more important than Price. Offerors must complete and submit mandatory attachments, including Property Technical Capabilities, Attestation, Past Performance Questionnaire, and Cost-Price Schedule. Active SAM registration is required.