Opportunity

SAM #26-000171

NIH Solicitation for Patient Hotel Room Accommodations Services

Buyer

NIH Office of Logistics and Acquisition Operations

Posted

May 07, 2026

Respond By

May 22, 2026

Identifier

26-000171

NAICS

721110, 721199

The National Institutes of Health (NIH) Clinical Center in Bethesda, Maryland is seeking hotel room accommodations for medically stable patients and their family members: - Government Buyer: - Department of Health and Human Services, National Institutes of Health (NIH), NIH Clinical Center, Office of Purchasing and Contracts - Services Requested: - Hotel room accommodations for NIH patients and authorized family members/guardians - Hotels must be within a 7-mile radius of the NIH Clinical Center at 10 Center Drive, Bethesda, MD - Services include reservation management, customer service, emergency procedures, room maintenance, and performance monitoring - Product/Service Requirements: - Fixed room rates at or below the government per diem for zip code 20892 - Compliance with ADA and fire safety standards - Amenities: wheelchair accessibility, refrigeration, daily housekeeping, 24/7 front desk, parking, smoke-free rooms (unless requested), linens, towels, toiletries, iron, hair dryer, and proximity to full-service restaurants - Facilities must be fully furnished with utilities included - Unique/Notable Requirements: - Hotels must demonstrate technical qualifications, past performance, and price competitiveness - Ability to accommodate patients and their families, including those with accessibility needs - No specific hotel brands, OEMs, or product part numbers are specified; the focus is exclusively on hotel accommodation services - Contract Structure: - Up to three Indefinite Delivery/Indefinite Quantity (IDIQ) contracts - Base year with four option years (total potential period of five years) - Place of Performance: - NIH Clinical Center, 10 Center Drive, Bethesda, MD 20892 - Hotel facilities within a 7-mile radius of the NIH Clinical Center

Description

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: FAR 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (Sept 2023) FAR 52.212-2, Evaluation – Commercial Products and Commercial Services (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (Oct 2025) FAR 52.204-7, System for Award Management (Nov 2024) Offerors shall complete annual representations and certifications electronically through: SAM.gov

Applicable FAR Clauses The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services (Nov 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and Commercial Services (Mar 2026) FAR 52.216-18, Ordering (Aug 2020) FAR 52.216-22, Indefinite Quantity (Oct 1995) FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) FAR 52.204-13, System for Award Management Maintenance (Oct 2018) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) 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: Technical Qualifications Past Performance Price 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: Hotel accommodations Reservation processes Customer service procedures Patient emergency procedures Room maintenance Facility requirements Performance monitoring Subfactor 2 – Key Personnel Experience Offerors shall provide the following information for proposed key personnel: Contract Manager Name Title Phone Number Email Address Resume On-Site Hotel Manager Name Title Phone Number Email Address Resume 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: Customer Name Contract Number Contract Value Period of Performance Point of Contact Telephone Number Email Address Description of Services Any contract terminations or performance issues Past performance information may be obtained from: CPARS FAPIIS PPIRS (if applicable) Other Government sources 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: Price reasonableness Price completeness Balanced pricing The Government may compare proposed pricing against: Historical pricing Market research Independent Government Cost Estimate (IGCE) Competitive pricing received 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 that includes the estimated days for the base and subsequent Option Years when submitting your proposal

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 Attachment A – Statement of Work Attachment B – NIH Invoicing Instructions Attachment C – FAR 52.212-5 Contract Terms and Conditions Attachment D-Sample Pricing Table

View original listing