Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:N4523A
Puget Sound Naval Shipyard & Intermediate Maintenance (PSNS & IMF) intends to solicit a firm fixed price, Indefinite Delivery Indefinite Quantity (IDIQ), service type contract for Long-Term Lodging Se...
Puget Sound Naval Shipyard & Intermediate Maintenance (PSNS & IMF) intends to solicit a firm fixed price, Indefinite Delivery Indefinite Quantity (IDIQ), service type contract for Long-Term Lodging Services in San Diego. PSNS&IMF requires long-term lodging accommodations that meet the commercial industry standard levels of sanitation and security. The contractor shall provide lodging accommodations within 18 miles, traveling main routes, to and from the front entrance of Naval Air Station (NAS) North Island, CA. A completed Performance Work Statement (PWS) is included as an attachment to this notice. A technical proposal that includes experience and past performance information are required with each offer. The proposed contract action is intended for a total small business set aside. The requirement is to be solicited using commercial acquisition procedures in accordance with FAR Part 15 utilizing Lowest Price Technically Acceptable (LPTA) evaluation process. The acquisition will be solicited anticipating award of a 5-year Firm Fixed Price IDIQ, service type contract. THERE IS NO SOLICITATION AT THIS TIME. Anticipated Solicitation N4523A20R1072 and subsequent amendments will be posted to https://beta.sam.gov. The anticipated period of performance is from June 2020 to June 2025 with a posting date of the solicitation on or before 28 February 2020. 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 requests 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://www.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. 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 Hannah Stipanovich, Contract Specialist and Cynthia Tice, Contracting Officer .