Opportunity
SAM #37320PR260000056
USCG Temporary Lodging Services for Personnel in Seattle, WA
Buyer
USCG Director of Operational Logistics
Posted
May 11, 2026
Respond By
May 25, 2026
Identifier
37320PR260000056
NAICS
721110
The U.S. Coast Guard is seeking temporary lodging services for its personnel on temporary duty assignment in Seattle, Washington. - Government Buyer: - Department of Homeland Security, United States Coast Guard (USCG), Operational Logistics Command (LOGCOM), Regional Contracting West (LOG-941) - Products/Services Requested: - Temporary lodging services for USCG personnel in Seattle, WA - 70 rooms total: 33 single occupancy, 37 double occupancy - 28-night stay (firm fixed price, all-inclusive for room charges only) - Rooms must be non-smoking, meet Hotel & Motel Fire Safety Act of 1990, and AAA Three Diamonds or equivalent standards - Lodging must be within a 10-mile radius of Lumen Field, Seattle, WA - No additional services (e.g., meals, parking) will be paid by the government - Government is tax-exempt - Unique/Notable Requirements: - Small Business Set Aside (NAICS 721110: Hotels except Casino Hotels) - Compliance with Statement of Work and all applicable FAR/HSAR clauses - Proposals must include technical and price components, with all-inclusive pricing for the 28-day period - No specific OEMs or hotel brands are named in the solicitation - Place of Performance: - USCG Base Seattle, 14 S Massachusetts St., Seattle, WA 98134 - Within a 10-mile radius of Lumen Field, 800 Occidental Ave S, Seattle, WA 98134
Description
The U.S. Coast Guard is soliciting Temporary Lodging services for Coast Guard personnel as detailed in the attached Statement of Work (SOW).
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.
Solicitation number 37320PR260000056 is issued as a request for quotation (RFQ), for Temporary Berthing for Temporary Duty Members.
This acquisition is set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.
The size standard is $40Million and NAICS is 721110. The contract type will be a firm fixed price purchase order.
The Government proposes to solicit quotes for the following item(s): Contractor shall provide temporary lodging in Seattle, WA for the USCG. (See attached Statement of Work (SOW) for complete details).
1. Please read the entire solicitation, including all attachments, to ensure completion of all required representations, certifications, and submissions. Acknowledge all Solicitation amendments (SF-30) issued by the Government.
2. Your offer shall include ALL of the documents and information listed in the solicitation; and your offer shall be received by this office at or before May 25, 2026, 8:00 a.m., Pacific Time, to be eligible for award.
3. Submit your offer, with all required documentation to Contracting Specialist, Elizabeth Tam-Hurley at Elizabeth.h.tam-hurley@uscg.mil DO NOT CONTACT ANYONE LISTED IN THE SOW FOR ANY REASON.
4. This solicitation does not obligate the Government to compensate for any costs incurred by the Offeror in preparation and/or submission of any offer, not does it obligate the Government to procure for said services/supplies.
5. Questions/Concerns: It shall be the obligation of the offeror to exercise due diligence to discover and to bring to the attention of the Government any ambiguities, inconsistencies, or concerns regarding the information in this solicitation. All question/concerns regarding this solicitation shall be submitted in writing (NO phone calls) to Contracting Specialist, Elizabeth Tam-Hurley at Elizabeth.h.tam-hurley@uscg.mil no later than May 15, 2026, 8:00 AM Pacific Time. Follow up/additional questions will not be accepted after this date. Offerors shall reference the solicitation number and provide enough information in their e-mail so the government can easily respond to their questions/concerns. All questions/concerns will be compiled and addressed on an "Amendment of Solicitation" (SF-30) and will be posted on the SAM.gov website for viewing by all potential offerors.
*Only send questions/concerns to the Contracting Officer listed above.
AWARD: This award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the requirements for acceptability.
Offers are due on May 25, 2026 by 8:00am (PST). Offers must provide as a minimum: (1) solicitation number; (2) specifications being offered so that a determination can be made if item being offered meets the requirement (3) Nightly Rates per night & Total Proposed Amount (4) Point of contact name, telephone number and address, (5) Company UEI Number.