Information Systems Cyber Security and Privacy Services - Bridge
Agency: Immediate Office of the Administrator
Location: Maryland
NAICS: Not Provided
| Agency | NIH Office of Logistics and Acquisition Operations |
|---|---|
| Deadline | 05/22/26 |
| Posted | 05/07/26 |
| Estimated Value | $1,500,000 - $9,000,000 (AI estimate) |
| Set Aside | None |
| NAICS | 721110 - Hotels (except Casino Hotels) and Motels |
| PSC | V231 - Transportation/Travel/Relocation- Travel/Lodging/Recruitment: Lodging, Hotel/Motel |
| Location | Bethesda, MD 20892 United States |
RFQ-OALM-26-000171
Combined Synopsis/Solicitation
May 7, 2026
May 15, 2026, at 10:30 AM EST
May 22, 2026, at 10:30 AM EST Set-Aside: Full and Open Competition
721110 Hotels (except Casino Hotels) and Motels
V231 Transportation/Travel/Relocation: Lodging/Hotel/Motel 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:
Bethesda, Maryland 20892 See the attached Statement of Work for complete requirements.
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
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
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.
The following evaluation factors shall be used:
- Price
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.
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
Offerors shall provide the following information for proposed key personnel:
- Name - Title
- Resume
- Name - Title
- Resume
Offerors shall provide proof of active registration in SAM. Failure to maintain active registration in SAM may render an Offeror ineligible for award.
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:
- 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).
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.
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.
Rating/Description Acceptable/Government has a reasonable expectation of successful performance. Unacceptable/Government does not have a reasonable expectation of successful performance.
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:
Email: shasheshe.goolsby@nih.gov Telephone inquiries will not be accepted.
All proposals shall be submitted electronically via email to:
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 C FAR 52.212-5 Contract Terms and Conditions
| Contact name | Shasheshe Goolsby |
|---|---|
| Contact email | shasheshe.goolsby@nih.gov |
| Contact phone | (301) 827-4879 |
Agency: Immediate Office of the Administrator
Location: Maryland
NAICS: Not Provided
Agency: Goddard Space Center
Location: Maryland
NAICS: 334516
Agency: Federal Highway Administration
Location: Maryland
NAICS: 237310
Agency: ACC Aberdeen Proving Ground
Location: Maryland
NAICS: 541330