Loading...
26-000171
Response Deadline
May 22, 2026, 2:30 PM(EDT)15 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
Combined Synopsis/Solicitation
Patient Hotel Room Accommodations Services
Solicitation Number: RFQ-OALM-26-000171
Notice Type: Combined Synopsis/Solicitation
Posted Date: May 7, 2026
Questions Due: May 15, 2026, at 10:30 AM EST
Proposal Due Date: May 22, 2026, at 10:30 AM EST
Set-Aside: Full and Open Competition
NAICS Code: 721110 – Hotels (except Casino Hotels) and Motels
PSC Code: V231 – Transportation/Travel/Relocation: Lodging/Hotel/Motel Services
Contracting Office
Department of Health and Human Services
National Institutes of Health (NIH)
Office of Acquisition and Logistics Management (OALM)
Bethesda, Maryland 20892
Description
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with FAR Subpart 12.6 and FAR Part 13 Simplified Acquisition Procedures (SAP), as supplemented with additional information included in this notice.
This announcement constitutes the only solicitation. A separate written solicitation will not be issued. Quotes are being requested in response to this notice.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2026-02.
The National Institutes of Health (NIH), Clinical Center (CC), Office of Acquisition and Logistics Management (OALM), has a requirement to acquire hotel room accommodations for NIH patients and/or authorized family members/guardians receiving treatment at the NIH Clinical Center.
The Government intends to award up to three (3) Indefinite Delivery/Indefinite Quantity (IDIQ) contracts in accordance with FAR 16.504(c) to responsible Offerors capable of meeting the requirements identified in the Statement of Work (SOW).
Hotel facilities shall be located within a seven (7) mile radius of the NIH Clinical Center located at:
National Institutes of Health
10 Center Drive
Bethesda, Maryland 20892
See the attached Statement of Work for complete requirements.
Period of Performance
Base Year 06/01/2026 – 05/31/2027
Option Year 1 06/01/2027 – 05/31/2028
Option Year 2 06/01/2028 – 05/31/2029
Option Year 3 06/01/2029 – 05/31/2030
Option Year 4 06/01/2030 – 05/31/2031
Applicable FAR Provisions
The following FAR provisions apply to this acquisition:
Offerors shall complete annual representations and certifications electronically through:
SAM.gov
Applicable FAR Clauses
The following clauses apply to this acquisition:
Full FAR text may be accessed electronically at:
Acquisition.gov
Basis for Award
Award will be made to the responsible Offeror(s) whose proposal represents the best value to the Government.
The Government intends to evaluate proposals and make award without discussions; however, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer.
Technical factors, when combined, are significantly more important than price.
Evaluation Factors
The following evaluation factors shall be used:
Factor 1 – Technical Qualifications
The Government will evaluate the Offeror’s demonstrated understanding, capability, and overall approach to successfully perform the lodging and hotel services identified in the Statement of Work.
All technical sub-factors are of equal importance.
Subfactor 1 – Project Capabilities
The Offeror shall provide descriptive literature and a detailed narrative demonstrating its capability to successfully perform the requirements outlined in the Statement of Work.
The Government will evaluate:
Subfactor 2 – Key Personnel Experience
Offerors shall provide the following information for proposed key personnel:
Contract Manager
On-Site Hotel Manager
Subfactor 3 – SAM Registration
Offerors shall provide proof of active registration in SAM.
Failure to maintain active registration in SAM may render an Offeror ineligible for award.
Factor 2 – Past Performance
The Government will evaluate recent and relevant past performance to assess the probability of successful contract performance.
Offerors shall provide a minimum of three (3) references for contracts performed within the past five (5) years similar in size, scope, and complexity.
The following information shall be included for each reference:
Past performance information may be obtained from:
Offerors without relevant past performance history will receive a Neutral/Acceptable rating in accordance with FAR 15.305(a)(2)(iv).
Factor 3 – Price
The Government will evaluate the total evaluated price for the Base Year and all Option Years.
Price evaluations may include:
The Government may compare proposed pricing against:
Unbalanced pricing may render a proposal ineligible for award.
Technical Rating System
Color/ Rating/Description
Blue/Excellent/Proposal exceeds requirements and demonstrates exceptional capability and understanding.
Green/Good/Proposal demonstrates a thorough understanding and contains strengths beneficial to the Government.
Yellow/Acceptable/Proposal meets requirements and demonstrates an acceptable approach.
Orange/Marginal/Proposal contains weaknesses that increase performance risk.
Red/Unacceptable/Proposal fails to meet requirements and contains deficiencies.
Past Performance Rating System
Rating/Description
Acceptable/Government has a reasonable expectation of successful performance.
Unacceptable/Government does not have a reasonable expectation of successful performance.
Price Proposal Instructions
Offerors shall provide pricing for the Base Year and all four (4) Option Years.
See attached sample pricing table
Questions
Questions regarding this solicitation shall be submitted via email no later than May 15, 2026, at 10:30 AM EST.
Questions shall be submitted to:
Shasheshe Goolsby
Email: shasheshe.goolsby@nih.gov
Telephone inquiries will not be accepted.
Proposal Submission Instructions
All proposals shall be submitted electronically via email to:
Shasheshe Goolsby
shasheshe.goolsby@nih.gov
Proposals are due no later than May 22, 2026, at 10:30 AM EST.
Late or incomplete proposals will not be considered.
Offerors shall include the solicitation number in the email subject line:
RFQ-OALM-26-000171
Government Purchase Card (GPC)
The Government reserves the right to make payment using the Governmentwide Commercial Purchase Card (GPC) in accordance with FAR 52.232-36, Payment by Third Party.
Attachments
DEPARTMENT OF HEALTH AND HUMAN SERVICES
NATIONAL INSTITUTES OF HEALTH
NATIONAL INSTITUTES OF HEALTH OLAO
NATIONAL INSTITUTES OF HEALTH OLAO
6011 EXECUTIVE BLVD., SUITE 503L
BETHESDA, MD, 20892
NAICS
Hotels (except Casino Hotels) and Motels
PSC
TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL