Temporary Lodging for USCG in Seattle, WA
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 U.S. Coast Guard Operational Logistics Command (LOG-94) is conducting a Sources Sought Notice to identify qualified sources capable of providing temporary lodging (hotel rooms) for USCG personnel in Seattle, WA. This market research aims to inform future set-aside decisions for a requirement spanning from June 10 to July 8, 2026. Interested contractors must submit capability statements and past performance by May 1, 2026.
Scope of Work
The requirement is for a block of approximately 59 hotel rooms (26 single, 33 double occupancy) within a 10-mile radius of USCG Base Seattle, 1519 Alaskan Way S, Seattle, WA 98134. Services include furnishing all labor, supplies, material, equipment, and supervision necessary for temporary berthing. Rooms must be non-smoking, clean, and well-maintained. The facility must meet the Hotel & Motel Fire Safety Act of 1990 and minimally achieve a Three Diamond rating from AAA. Key operational requirements include 24/7 front desk attendant service and internal hallway access to rooms with locked exterior doors. The Government will only pay for the hotel rooms and is exempt from federal and local taxes; individual members are responsible for personal charges.
Contract & Timeline
- Opportunity Type: Special Notice (Sources Sought / Market Research)
- Product Service Code: V231 - Lodging Hotel/Motel
- NAICS Code: 721110 – Hotels (except Casino Hotels) and Motels ($40M size standard)
- Anticipated Contract Type: Firm Fixed Price Purchase Order (FFP)
- Period of Performance: June 10, 2026 - July 8, 2026 (28 nights)
- Response Due: May 1, 2026, by 8:00 AM PST
- Published Date: April 29, 2026
Submission Requirements
Interested firms should provide:
- Company name, address, and Unique Entity ID (UEI).
- Point-of-contact name, phone number, and email address.
- Business size (e.g., small business, VOSB, SDVOSB, HUBZone, 8(a), SDB, WOSB, large business).
- Capability Statement and Past Performance Information demonstrating ability to perform similar services. Past performance should include at least three recent and relevant contracts (within the last three years) with the U.S. Coast Guard, other government agencies, or private industry. All submissions must be sent via email to Yvett Garcia (yvett.r.garcia@uscg.mil). Firms must be registered in SAM.gov.
Additional Notes
This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal. A separate solicitation is expected to be issued in the near future.