Search Contract Opportunities

Lodging San Diego, CA_Rev 2   4

ID: N3904024R0017 • Type: Synopsis Solicitation

Description

Posted: July 10, 2024, 4:30 p.m. EDT

This requirement is for contract lodging in San Diego, CA. Please review the attached solicitation N3904024R0017 and its attachments.

Please be advised, this solicitation has been amended to update the solicitation posting and due dates. The original solicitation, amendment, and amended solicitation have been attached.

AMENDMENT 1: Updated Property Log with San Diego Address along with the following Q&A.

  1. Can multiple properties be accepted to fulfill this requirement? Yes
  2. Are you seeking accommodations with interior access hallways, or are exterior access hallways also acceptable? Either is acceptable as long as it meets the requirements of the SOW
  3. Are you looking to use apartments, hotels, or what's the focus? Any accommodation that meets the requirements within the SOW will be acceptable.
  4. In the past, what type facility (hotels, apartments, etc...) have been used? On previously awarded contracts there have been a mix of facility types that have been accepted. They must pass the requirements of the SOW.
  5. The Statement of Work (SOW) requires units with a minimum living space of 400 square feet excluding closets and balconies, will you accept studio apartments or are you seeking one-bedroom units only? There is no bedroom number requirement as long as it meets the specifications in the SOW.
  6. Section 3 entitled Minimum Housekeeping/ Cleaning Services of the SOW states housekeeping services are required one time per month, however the FAQs document does not offer an approximate number of potential Turn Cleans. In order to cover the cost of Turn Cleans is it feasible to estimate at least 2 Turn Cleans per month for pricing purposes? Turn Cleans' refer to a deeper clean between guests. Housekeeping/Cleaning services are a regular service that should be provided as outlined within the SOW. The offeror should factor in what they deem appropriate throughout the life of the contract. Generally speaking there would be one turn over per room on average.
  7. Will you accept a proposal that offers lodging for CLIN 001, 002, 003 and 004 which covers the first year but not the second set of CLINs which covers the next year? Offerors can submit a proposal for as much or as little as they can provide, however, it is the preference of the government to award to a vendor who can provide all services outlined in the RFP.
  8. Will there be a termination clause in the contract, detailing the notice period for termination without cause by the Government or is each CLIN binding for the periods listed? The Government will include clauses that reserve the right to terminate based on cause or convenience.
  9. Can you clarify the following statement in Section 3.9.1.3 entitled Minimum Appliances, it states Free mid-level/2nd cable/satellite service (as defined by the local cable/satellite service provider) to be installed within 60 calendar days prior to occupancy or Streaming Services will be installed within 14 days prior to occupancy. How is it possible to install cable/satellite within 60 calendar days prior to occupancy, occupancy is scheduled to begin on September 1, 2024 however 60 days prior would occur on July 1, 2024 which is before proposals are due, please explain? If the 60 days cannot be met, the streaming services are an alternative to cable.
  10. Clarification is also needed for Section 3.11.1 entitled Minimum Amenities, it states Properties shall provide a minimum of one (1) reserved on-site parking spot that is free, safe and secure, adequately lit for the occupant with secondary guest parking equivalent to twenty-five (25) percent of employees staying at each location rounded up to the nearest whole number; not to exceed twenty (20) additional spots. Providing a parking space for the occupant is no problem, however mandating specific percentages for secondary guest parking may not be achievable, will that impact consideration for an award? Offerors should provide their restrictions/exceptions when they submit their proposal. They will be evaluated and considered during technical evaluation.
  11. Will you consider Hotels that provide the same amenities as apartments? Yes, as long as they meet all requirements within the SOW.
  12. Is this similar to the [lodging contract] worked on back in 2020 in Groton CT? Yes.
  13. To verify: the preference is for one contractor to manage all this as opposed to multiples like the last [lodging contract]. Yes.
  14. What is the address of the main gate of Naval Base Point Loma? Is it 32444 Echo Ln, San Diego, CA 92147 or 140 Sylvester Rd San Diego, CA 92106? The address is: 174 Rosecrans St, San Diego, CA 92106
  15. 3.4.5 states, "All units must have HVAC (or we must install AC units (8000 BTU minimum)." Can this be a portable air conditioning unit? Window mounted? Wall mounted? Yes, as long as it meets the specifications in the SOW.
  16. 3.4.7 states, "Properties shall not be exposed to continuous and/or excessive noise..." Can we offer sound machines to offset outside excessive noise? Offerors should provide their restrictions/exceptions when they submit their proposal. They will be evaluated and considered during technical evaluation.
  17. 3.4.11 states, "A current fire inspection certificate shall be posted in accordance with PL-101- 391" Can you confirm single family homes are exempt of this certificate? I believe this certificate only applies to motels, hotels, and apartment complexes. The purpose of PL-101-391 is to save lives and protect property by promoting fire and life safety in hotels, motels, and all places of public accommodation affecting commerce. A list of places of public accommodations affecting commerce' is maintained and updated periodically by each state.
  18. There are two file attachments in the solicitation, "N3904024R0017 Solicitation.pdf" and "N3904024R0017 Solicitation Rev_1.pdf". Is there a difference in the content that we should be aware of? The first revision of the solicitation updated the solicitation issue and close dates in blocks 6 and 8 of page 1 (this revision is also stated in the SAM.gov Posting Description block.)
  19. Are multiple single-family properties (3 bedrooms, 4 bedrooms, and so on) and not apartments, be acceptable? In the SOW it states that only one PNS employee per unit (regardless of the amount of bedrooms). This means if there is a house with 3 or 4 bedrooms, only one PNS employee would be assigned to that living unit.
  20. Some properties have only one bathroom (ie: several 3-bed 1-bath, 4-bed 1-bath). Will properties with only one bathroom work? The SOW requirements are for the minimum amenities (ie: 1 private bathroom); units must meet this requirement. Please see questions 19 & 5 for bedroom requirement clarifications.
  21. In the CLINs, there is a period of 3 months where the government does not need housing Between CLIN 0004 and 1001. Since most landlords require continued leases should our bids include the costs for those 3 months not listed in the CLINs as well? The government will not be paying for the period of time in between CLIN 0004 and 1001. The vendor is to provide one unit rate for all units across the periods of performance outlined in RFQ, whether to include that period of time or not is up to the vendor.
  22. What is the government's protocol when the property requests that a background check application be completed by the occupant? Could a letter be supplied that shows that the travelers have had extensive background checks and have a security clearance? All employees have Government clearance to work at the Shipyard and have undergone extensive background checks in order to be employed here. We could provide a letter from the contracting officer to state this.
  23. If a community offers reserved parking garage levels, meaning they are open to park anywhere on those specific parking levels of the garage (such as with a parking permit, sticker, etc.); would this satisfy the requirement of reserved parking? Offerors should provide their restrictions/exceptions when they submit their proposal. They will be evaluated and considered during technical evaluation.
  24. Can hotels that meet all contract specifications be used at start of contract? If they meet all specifications in the SOW, they will be acceptable.
  25. Is the Government anticipating any delays with guest arrivals and/or move-in due to the Labor Day holiday weekend? No; should there be any delay, the vendor will be paid from the beginning of the scheduled POP.
  26. In reference to 8.4 (page 13): Can REA(s) be submitted prior to the end of contract? Which FAR clause is in reference to this section concerning the REA(s) and what is covered? Yes, FAR Clause 52.233-1 Disputes covers the claims process.
  27. In reference to 5 (page 27): Please define terms of any express warranty" and provide the expectations of what should be submitted with the proposal. That is for the offeror to determine whether they offer any type of express warranty for the product or service they are offering
  28. 3.4.11.3 "Properties shall be equipped with an automatic sprinkler system..." Are properties that are three stories or lower exempt from this? Paragraph 3.4.11.3 of the SOW states: Properties shall be equipped with an automatic sprinkler system installed in accordance with NFPA Standard 13 or 13-R, except that properties that are three stories or lower are exempt from this requirement.
  29. Is it acceptable to quote a property that does not have kitchenettes? Or, can we submit for some of the lodging rooms if we are not able to accommodate all of them with kitchenettes? No.

AMENDMENT 2: Posting the following Q&A.

  1. The deadline to submit is July 12, 2024 and CLIN 0001 requires occupancy start September 1, 2024. When will the contract be awarded? As soon as possible after technical evaluation, it is the intention of the government to award early August 2024.
  2. How will the units be approved? Please review the solicitation; it outlines the approval process and the checklist that will be utilized to evaluate the properties.
  3. Once awarded, could there be multiple contractors/vendors? It is the intention of the government to award to one vendor. Should that not be possible, multiple awards will be considered.
  4. What is the notice the Government intends to give the vendor that they will exercise the 30-day extensions? e.g. 60 days before the extension date begins. As soon as possible, minimum 30 days.
  5. Regarding 3.10.2.1 and 3.10.2.2: Is it the intention of the Government for each unit to have 2 vacuums? Can the mop/vac suffice as a single vacuum per unit? (3.10.2.1 Chargeable electric mop/vac combinations with pads) (3.10.2.2 Full Size Vacuum). Per the SOW, the chargeable electric mop/vav combination with pads would not be acceptable on its own unless it is also a full size vacuum with a rotating brush head.
  6. Regarding 3.10.3.10 and 3.7.1.10.5 (3.10.3.10 Consumable will be replenished by the vendor upon request) (3.7.1.10.5 At the request of the occupant, extra set(s) shall be provided):
    1. Is it the Government's expectation that these items are to be replaced with a new consumable for each new guest? (even if previous occupant did not consume all of it or any of it)? Each new guest should be provided with new, unopened consumables.
    2. Is it the Government's expectation that consumables will not be requested to be replaced more than once per month? Per paragraph 3.10.3.10, the quantities listed shall not exceed the quantities listed per month.
  7. Is it correct that the pricing proposal provided by the offeror is an all inclusive per diem rate that the company charges the Govt and they secure all housing, pay for all ancillary charges in house, like rent, security deposits, parking fees. Yes. The government is looking for one room rate to be provided by the contractor for all the required rooms.
  8. Since only one PSA employee per unit, can other non-PSA employees occupy other rooms in the unit? The SOW requirement is for only one PNS Employee per unit. Non-PNS employees may occupy other units in the room at the discretion of the non-PNS employee should additional occupants be allowed by the vendor (ie: family & friends of the PNS employee).
  9. Several properties are not available on September 1st but will be available on the 5th or 15th. Can we still submit properties as long as they will be available sometime in September? Offerors should provide their restrictions/exceptions when they submit their proposal. They will be evaluated and considered during technical evaluation.
  10. When submitting our proposal do we need to sign and submit both "N3904024R0017 Solicitation.pdf" and "N3904024R0017 Solicitation Rev_1.pdf"? Yes.
  11. Is there a minimum number of rooms a contractor must submit with this proposal? 320 Room, as outlined in the solicitation.
  12. If a contractor is not able to secure 320 rooms are they automatically disqualified if they submit their proposal with the number of rooms they could secure? Offerors can submit a proposal for as much or as little as they can provide, however, it is the preference of the government to award to a vendor who can provide all services outlined in the RFP.
  13. The solicitation specifies the need for 320 rooms for 303 consecutive nights from September 1, 2024, to July 1, 2025. Is there flexibility in splitting these 320 rooms across different hotels, or do all rooms need to be within a single hotel. The offeror can secure the 320 rooms from as many locations as possible; keeping in mind that all locations and rooms need to meet the requirements within the SOW.
Posted: July 3, 2024, 8:19 a.m. EDT
Posted: June 24, 2024, 3:05 p.m. EDT
Background
The solicitation is for contracted lodging to support a project at Naval Base Point Loma in San Diego, CA. The solicitation has been amended to update the posting and due dates. The original solicitation, amendment, and amended solicitation have been attached.

Work Details
The scope of work includes providing contracted lodging to support a project at Naval Base Point Loma in San Diego, CA. The requirements include ensuring that PNS Employee Occupant(s) are not required to change units during their stay unless necessary for property repairs, ensuring safe and secure premises with limited access, providing properties within a specific driving distance of the main gate of Naval Base Point Loma, and meeting specific room specifications such as minimum living area size, notification procedures for building maintenance, emergency contact availability, and sanitary conditions.
The contract also includes options for extending lodging periods and specific delivery information.

Period of Performance
The period of performance ranges from September 1, 2024, to November 1, 2026, with different blocks of lodging periods specified within this timeframe.

Place of Performance
The contract specifies the place of performance as Naval Base Point Loma in San Diego, CA.

Overview

Response Deadline
July 12, 2024, 3:00 p.m. EDT Past Due
Posted
June 24, 2024, 3:05 p.m. EDT (updated: July 10, 2024, 4:30 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
San Diego, CA 92106 United States
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$500,000 - $2,000,000 (AI estimate)
Vehicle Type
Indefinite Delivery Contract
On 6/24/24 Naval Sea Systems Command issued Synopsis Solicitation N3904024R0017 for Lodging San Diego, CA_Rev 2 due 7/12/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 531110 (SBA Size Standard $34 Million) and PSC V231.
Primary Contact
Name
Alyssa Cress   Profile
Phone
(207) 994-0740

Secondary Contact

Name
Sharon Hall   Profile
Phone
(603) 833-1465

Documents

Posted documents for Synopsis Solicitation N3904024R0017

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation N3904024R0017

Award Notifications

Agency published notification of awards for Synopsis Solicitation N3904024R0017

Contract Awards

Prime contracts awarded through Synopsis Solicitation N3904024R0017

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation N3904024R0017

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N3904024R0017

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N3904024R0017

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA SHIPYARD > PORTSMOUTH NAVAL SHIPYARD GF
FPDS Organization Code
1700-N39040
Source Organization Code
500022126
Last Updated
July 27, 2024
Last Updated By
alyssa.a.cress.civ@us.navy.mil
Archive Date
July 27, 2024