Long Term Lodging IDIQ

expired opportunity(Expired)
From: Federal Government(Federal)
N4523A18B1302

Basic Details

started - 28 Jun, 2018 (about 5 years ago)

Start Date

28 Jun, 2018 (about 5 years ago)
due - 01 Oct, 2018 (about 5 years ago)

Due Date

01 Oct, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
N4523A18B1302

Identifier

N4523A18B1302
Department of the Navy

Customer / Agency

Department of the Navy
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS) Contracting Office (Code 440) is issuing this sources sought. The sources sought is being issued as a means of conducting market research to identify industrial capabilities that might exist in order to support an upcoming requirement for a base plus four year commercial service firm fixed price indefinite delivery indefinite quantity single award contract (IDIQ). The IDIQ will be for the availability of long-term lodging to support government personnel on TDY orders to Naval Air Station North Island (NASNI) in San Diego, California.This solicitation is currently expected to be a Total Small Business Set Aside.  The purpose of this sources sought is to determine the exisitng market and industry participants and if they would allow for a socio-economic set-aside.The future needs of PSNS will vary every year but the contract contemplates the need of 50 to up to 300 rooms. Each availability will be three three
months to one year in length. Telephonic inquiries will not be accepted or acknowledged, the government will not be providing evaluations or comments to companies providing sources sought responses but the responses will be used to inform the government as to the best means of procuring this requirement."THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR THE PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR REQUEST FOR PROPOSALS (RFP), IF ISSUED. IF A SOLICITATION IS RELEASED IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT."The Contractor shall provide lodging accommodations to PSNS & IMF within 25 driving miles, traveling main routes, to and from the front entrance of Naval Air Station North Island, Coronado, CA. The Government will provide the vendor with the appropriate sales tax exemption forms for their records. The Government reserves the right to cancel up to 10% of total contracted room-nights in accordance with the hotel's standard cancellation policy at no cost.All rooms and amenities in the scope shall be paid for through the contracting office, unless noted otherwise. Personal expenses in guest rooms, such as movies, laundry, room service, and damages will be paid for by the guest and shall not be billed under the resulting contract. The Contractor shall be responsible for obtaining the guest's Government travel card with travel orders prior to the guest occupying each room.Required CapabilitiesIf your organization has the potential capacity and capabilities to perform these contract requirements, please provide the following information: 1) Organization name, address, email address, telephone number, web site address, and size and type of business; and 2) Tailored Capability statements addressing the questions asked in this sources sought announcement. If significant subcontracting or teaming is anticipated in order to deliver anticipated capacity, organizations should address the administrative and management structure of such arrangements.EligibilityThe North American Industrial Classification System (NAICS) Code for this action is 721110, Rooming and Boarding Houses. The Applicable Small Business Size Standard, as established by the U.S. Small Business Administration is $32,500,000.00.Submission DetailsInterested parties are requested to submit via email. The email subject line should be "Sources Sought Response for N4523A-18-B-1302 Long Term Lodging IDIQ." The response to the sources sought shall be in either Microsoft Word or Portable Document Format (PDF) and shall be addressed to kaleb.hoffer@navy.mil and todd.little@navy.mil(.)Within the sources sought response;1) Organization description. (1 page maximum)2) Tailored Capability Statement. (10 pages maximum)a. What is your current inventory of long term lodging that will be made available to the government if you are selected as the awardee under this IDIQ or demonstrate the plan to acquire the necessary capacity outlined above and in the attached PWS. Please describe the amentities found within your properties and any other information you believe is relevant to this requirement. The government is especially concerned with your ability to demonstrate a block of lodging at or below the the government lodging rates. The government wants monthly blocks of rooms, not broken up up by middle of the month. b. Please provide proof of staff on hand to perform work to perform weekly maid services and turnover maid services. It is the government's expectation that the contractor will provide customer service to resolve customer compaints 24 hours a day, 7 days a week. 3) Experience/Performance (2 page maximum)a. Please provide at least 2 projects of similar scope and complexity as the current requirement. The government does not expect the same size needs as this requirement but if you have multiple projects/contracts of a similar nature please provide a general description of how they should be viewed as similar in scope and complexity as to the current requirement. Provide contract number and a point of contact for the customer.ALL DATA RECEIVED IN RESPONSE TO THIS SOURCES SOUGHT THAT IS MARKED OR DESIGNATED AS CORPORATE OR PROPRIETARY WILL BE FULLY PROTECTED FROM RELEASE OUTSIDE THE GOVERNMENT.Point of Contact for small business questions or assistance is The Deputy for Small Business for the Puget Sound Naval Shipyard, Brenda Lancaster. Direct: (360) 476-1327 Email: brenda.lancaster@navy.mil.Contact Information: Kaleb Hoffer, Contract Specialist, Phone 3604764430, Email kaleb.hoffer@navy.mil - Todd Little, Contract Specialist, Phone 3606724363, Email todd.little@navy.mil Office Address :1400 Farragut AvePuget Sound Naval Shipyard Bremerton WA 98207-5005 Location: Puget Sound Naval Shipyard (PSNSY) and IMF Set Aside: Total Small Business

1400 Farragut AvePuget Sound Naval ShipyardBremerton, WALocation

Address: 1400 Farragut AvePuget Sound Naval ShipyardBremerton, WA

Country : United StatesState : Washington

You may also like

Long-Term Lodging San Diego

Due: 10 May, 2024 (in 6 days)Agency: DEPT OF DEFENSE

Classification

NAISC: 721110 GSA CLASS CODE: V