Search Contract Opportunities

San Diego Long Term Lodging IDIQ

ID: 3123-5485 • Type: Sources Sought
Question & Answer Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Oct. 4, 2023, 3:47 p.m. EDT

10/4/2023: An updated version of the Notional Performance Work Statement (PWS) and Q&A document has been added to this sources sought.

10/3/2023: An updated version of the Notional Performance Work Statement (PWS) and Q&A document has been added to this sources sought. The deadline will be extended until tomorrow, 10/4/2023 at 1630 PST.

The Puget Sound Naval Shipyard & IMF (PSNS & IMF) Contracting Office (Code 431) located in Bremerton, WA is issuing this sources sought/ request for information (RFI) as a means of conducting market research to identify parties having an interest in, and the resources to support, a Firm-Fixed-Price contract for long-term lodging accommodations for Government personnel as detailed in the attached DRAFT/Notional performance work statement (PWS). The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 531110- Lessors of Residential Buildings and Dwellings.

The Contractor shall provide PSNS & IMF lodging accomodations that are located within 18 driving miles, traveling main routes, from the entrance of Naval Air Station North Island (NASNI), San Diego, CA.

See the attached Draft/Notional Performance Work Statement (PWS) for a description of the lodging room conditions.

See the attached Request for Information (RFI) document.

The expected Period of Performance (POP) is scheduled to be from 15 May 2024 through 14 May 2029.

There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.

If your organization has the potential capacity to perform these contract services, please provide as much of the following information as available:

1) organization name, CAGE code, address, email address, website address, telephone number, and size and type of ownership for the organization; and 2) tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technicaI capability, organizations shouId address the administrative and management structure of such arrangements.

The government will evaluate market information to ascertain potential market capacity to provide support consistent in scope and scale with those described in this notice and otherwise anticipated. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition. Telephone
inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

Interested parties are also invited to submit any suggested additions, changes, and/or other feedback to the DRAFT PWS. Feedback should either be submitted via the original PWS word document utilizing the "track changes" and/or "comments" function within the Microsoft word file or via PDF of the draft PWS with feedback annotated legibly.

Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed support are invited to submit a response to this notice by close of business on X September 2023. All responses under this sources sought notice must be emailed to c440.commandserv.fct@navy.mil; angela.charpia@navy.mil and emma.craighead@navy.mil with the email subject line of "San Diego Long Term Lodging IDIQ Sources Sought (Company name)"

If you have any questions concerning this opportunity, please send questions via email to angela.charpia@navy.mil and emma.craighead@navy.mil.

Posted: Oct. 3, 2023, 5:57 p.m. EDT
Posted: Sept. 26, 2023, 5:45 p.m. EDT

Overview

Response Deadline
Oct. 4, 2023, 7:30 p.m. EDT (original: Oct. 4, 2023, 12:00 p.m. EDT) Past Due
Posted
Sept. 26, 2023, 5:45 p.m. EDT (updated: Oct. 4, 2023, 3:47 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
San Diego, CA United States
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
54%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
The solicitation is open for 8 days, below average for the Naval Sea Systems Command.
On 9/26/23 Naval Sea Systems Command issued Sources Sought 3123-5485 for San Diego Long Term Lodging IDIQ due 10/4/23. 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
Emma Craighead   Profile
Phone
None

Secondary Contact

Name
Angela M Charpia   Profile
Phone
None

Documents

Posted documents for Sources Sought 3123-5485

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought 3123-5485

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 3123-5485

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 3123-5485

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA SHIPYARD > PUGET SOUND NAVAL SHIPYARD IMF
FPDS Organization Code
1700-N4523A
Source Organization Code
500022455
Last Updated
Oct. 19, 2023
Last Updated By
emma.j.craighead.civ@us.navy.mil
Archive Date
Oct. 19, 2023