WJPC - Governance and Cyber Artificial Intelligence Lodging Services
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 Department of Defense, Washington Headquarters Services (WHS), is seeking Firm-Fixed Price quotes for Governance and Cyber Artificial Intelligence Lodging Services to support the William J. Perry Center (WJPC). This Total Small Business Set-Aside opportunity requires lodging and shuttle services for participants attending GSSD and Cyber AI courses. Quotes are due March 16, 2026, at 09:00 AM local time.
Scope of Work
The contractor will provide lodging and shuttle services for approximately 120 participants attending the Governance and Strategy for Security and Defense (GSSD) and Cyber Policy Development and Artificial Intelligence Applications for Defense (Cyber AI) courses. This includes:
- Hotel accommodation for 1585 funded room nights and 70 unfunded room nights.
- Shuttle services to and from Ronald Reagan National Airport on arrival and departure dates.
Performance Requirements
- Location: Hotel must be within five (5) miles of Fort Lesley J. McNair, VA, and within 0.5 miles of a Metro station or offer shuttle service to one.
- Facilities: ADA compliant, on-site laundry, and a public area for group meetings (up to 10 participants).
- Room Amenities: Comparable size and type with workspace, desk, drawers, free high-speed internet, refrigerator, iron, microwave, and secure safe.
- Meals: Hot breakfast buffet included in the room rate.
- Dining: In-hotel full-service restaurant and full-service restaurants within 0.5 miles.
- Financial: Government is not liable for self-pay rooms and will not provide tax exemption forms. Only occupied room nights will be charged.
Contract Details
- Type: Firm-Fixed Price (FFP)
- NAICS: 721110 (Hotels (except Casino Hotels) and Motels)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Period of Performance: April 18, 2026, to May 3, 2026.
Submission & Evaluation
- Submission: Quotes must be submitted via the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil/ OR via email to Lionel Johnson (lionel.johnson2.ctr@mail.mil) or Courtney Applewhite (courtney.s.applewhite.civ@mail.mil).
- Required Information: Include the RFQ number (HQ003426QE048) and project name, discount percentages, related fees, tax exemptions, and company information (Cage Code, UEI, Tax ID, business size, NAICS, FSC).
- Evaluation: Award will be made to the offeror submitting the best value proposal, based on Technical Capability and Price.
- Due Date: March 16, 2026, at 09:00 AM local time. Offerors must hold prices for 120 calendar days.
- Eligibility: Offerors must be registered in SAM.gov.
Contact Information
- Primary Contact: Lionel Johnson (lionel.johnson2.ctr@mail.mil)
- Secondary Contact: Courtney Applewhite (courtney.s.applewhite.civ@mail.mil)
- COR: Maria Fernanda Martinez