Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:3123-5485
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 St...
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.