SOLICITATION NOTICE
V -- Long-Term Lodging San Diego
- Notice Date
- 4/2/2024 3:57:59 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531110
— Lessors of Residential Buildings and Dwellings
- Contracting Office
- PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
- ZIP Code
- 98314-5001
- Solicitation Number
- N4523A24R1301
- Response Due
- 5/3/2024 9:00:00 AM
- Archive Date
- 05/18/2024
- Point of Contact
- Emma Craighead, Angela Charpia
- E-Mail Address
-
emma.j.craighead.civ@us.navy.mil, angela.m.charpia.civ@us.navy.mil
(emma.j.craighead.civ@us.navy.mil, angela.m.charpia.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) solicits a firm fixed price, multiple award, Indefinite Delivery Indefinite Quantity (IDIQ), service type contract for Long-Term Lodging (LTL) services in San Diego. PSNS & IMF requires LTL accommodations that meet the commercial industry standard levels of sanitation and security. The contractor(s) shall provide lodging accommodations within 18 miles, traveling main routes, from the front entrance of Naval Air Station North Island (NASNI), CA. A completed Performance Work Statement (PWS) is included in this solicitation. The proposed contract action is for a total small business set aside. The requirement is solicited using commercial acquisition procedures in accordance with FAR Part 15, utilizing Lowest Price Technically Acceptable (LPTA) evaluation process. Subsequent solicitation amendments will be posted to https://sam.gov. The anticipated Period of Performance (PoP) is from May 2024 to May 2029. Prospective Offerors are responsible for downloading their own copy of the solicitation and for following instructions to Offerors as outlined in the solicitation and solicitation amendments, when issued. The Government is not responsible for inability of the Offerors to access solicitation documents posted. No telephone or FAX request will be accepted, and no hardcopy solicitation amendment will be mailed or faxed. Prospective Offerors must be registered in the System for Award Management, at https://sam.gov, in order to participate in this procurement. By submitting a proposal, the Offerors will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. Please see the attached RFP and attachments for full details of the requirement. All request for Proposal questions shall be submitted in accordance with the solicitation, dates and procedures. Please direct all questions regarding this requirement to both contract specialists, Emma Craighead and Angela Charpia , as well as the Contracting Officer, Ianthe Stevens-Ford .
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b8e4f630b8024e3cb6508905f0eaa383/view)
- Place of Performance
- Address: San Diego, CA, USA
- Country: USA
- Country: USA
- Record
- SN07016722-F 20240404/240402230040 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |