Domestic Training Facility
Combined Synopsis Solicitation from STATE, DEPARTMENT OF • STATE, DEPARTMENT OF. Place of performance: DC. Response deadline: Feb 13, 2026. Industry: NAICS 721110 • PSC V231.
Market snapshot
Awarded-market signal for NAICS 721110 (last 12 months), benchmarked to sector 72.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 721110
Description
QUESTION AND ANSWER (Q&A) DOCUMENT POSTED 2/6/2026 - IN ATTACHMENTS.
REVISION - 2/5/2026. UPDATE TO THE ATTACHMENT A - SOW, "SUBSTANTIVE REQUIREMENTS", PAGE 18. This administrative update does not impact the timeline or date proposals are due.
The U.S. Department of State is the lead institution for the conduct of American diplomacy, and the Secretary of State is the President’s principal foreign policy advisor. The Bureau of International Narcotics and Law Enforcement Affairs (INL) deploys trainers and advisors in law enforcement, corrections, and justice globally to advance the Secretary’s agenda. The Statement of Work (SOW) outlines the goals, requirements, and instructions for a contract between INL and a chosen offeror (the contractor) to provide a facility for INL’s Pre-Deployment Training Program (PTP) and other training as needed for the Office of Security Accountability and Operations (SAO) (INL/SAO) and/or other INL training programs.
Project Description
The objective of this contract is to provide INL/SAO with a facility and training support services, capable of supporting INL’s training program. The facility shall include classroom space, separate workspace for INL and contract personnel, secure, properly equipped (shelving, bins etc.) space to store equipment and supplies, lodging, food service, recreational facilities that shall include a gym or other leisure space to support and be available during non-classroom hours.
SUBSTANTIVE REQUIREMENTS
The contractor shall fulfill the following substantive requirements (See Attachment A RFQ/SOW for a complete listing):
- The facility shall be located within a maximum 30 miles driving distance from the US Department of State, 2401 E Street, NW, Washington, DC 20037 to facilitate involvement by Department of State staff and other subject matter experts and oversight of training operations by INL staff. It shall also be within 25 miles driving distance of an international airport that can facilitate flights to our program destinations. Either the lodging or training facility should provide shuttle service to the airport.
- The Daily meeting package rate per person will be utilized for local training/trainers without lodging cost or requirement. The Daily meeting package rate shall include training space, transportation, and meals.
- The Complete meeting package, using a daily per person rate, will include all costs association with lodging during the trainees stay, training space, transportation, and meals.
- All facilities specified below shall be collocated at the training venue within a 5–10-minute walking distance, or short shuttle ride, from the classroom facility. Transport must be included if a shuttle ride is required.
- The facility shall have a minimum of 15 non-dedicated parking spaces available for instructors, DoS contractors and DoS staff. Parking space for students will not be required.
- If there is not a Metro stop with two miles of the training facility, the facility shall provide shuttle service to the nearest Metro station.
- The facility will have the capacity to accommodate approximately 50 to 300 trainees each year. Typical lodging requirements would be approximately 6 -10 students per month. Classes are typically 5- 8 days in duration; however, Offeror should be prepared to provide space for additional large courses lasting up to 2 weeks in duration with 4 iterations per year to accommodate additional INL Programs.
Period of Performance
The period of performance will be a one-year base period beginning from the date of award with four one (1) year option periods.
Submission Requirements (please see details in the Attachment A – RFQ/SOW)
Offerors must submit the following:
Volume I (Technical Quote)
Volume II (Cost/Price Quote)
Past Performance and References
Evaluation Criteria
The Government contemplates the award of a firm, fixed price daily rate/person contract to the responsible Offeror whose offer conforms to the requirements of the solicitation and is evaluated as being the most advantageous to the Government, cost or price and other factors considered. The Government will award based on a best value determination and the Government’s best interests. Technical merit is more important than cost or price.
Evaluation factors include:
1. Facility amenities/suitability, management structure, technical capabilities and logistical support
2. Past Performance
3. Cost/Price
The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. However, evaluation of options does not obligate the Government to exercise the option(s).
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.