Hawaii Bids > Bid Detail

CDO Bunkrooms

Agency:
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159095164821836
Posted Date: Nov 7, 2023
Due Date: Nov 8, 2023
Source: https://sam.gov/opp/dbee84117c...
Follow
CDO Bunkrooms
Active
Contract Opportunity
Notice ID
N32253-23-Q-0068
Related Notice
N32253-23-Q-0068
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SHIPYARD
Office
PEARL HARBOR NAVAL SHIPYARD IMF
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 06, 2023 06:52 pm EST
  • Original Date Offers Due: Nov 08, 2023 08:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Nov 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: V231 - TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL
  • NAICS Code:
    • 721110 - Hotels (except Casino Hotels) and Motels
  • Place of Performance:
    JBPHH , HI 96860
    USA
Description

The primary mission of Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) is to deliver regional maintenance, at the depot and intermediate levels, to keep the surface ships and submarines of our nation's Navy "Fit to Fight." As Hawaii’s regional maintenance center, capabilities include excellence in overhauling, repairing, converting, alteration, refurbishing, and decommissioning of Navy vessels.



Under the authority of 10 U.S.C.3204(a)(1) and in accordance with FAR 6.302-1(a)(2), the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) intends to award a sole source, firm fixed price contract to Navy Gateway Inns and Suites (NEXCOM) to provide two (2) lodging rooms to be centrally located to access the Pearl Harbor Naval Shipyard’s Controlled Industrial Area and the Intermediate Maintenance Facility within 5 to10 minutes of travel time of those two locations.



The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 721110 – Hotels (except Casino Hotels) and Motels.



The Product Service Code is V231, Transportation/Travel/Relocation—Travel/Lodging/Recruitment: Lodging, Hotel/Motel.



All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov) by the award date. The solicitation document and incorporated provisions and clauses will be those in effect through Federal Acquisition Circular (FAC) 2023-06, DFARS 9/29/2023, and NMCARS 18-22.



In accordance with DFARS PGI 206.302-1, a sources sought notice, N32253-23-134 was posted to the Government Point of Entry (GPE), sam.gov, from 20 September 2023 to 27 September 2023 to determine whether other sources could satisfy this requirement. The Government received three (3) responses to the posting. The Contract Specialist (CS) evaluated the three (3) capability statements received and determined that are not relevant to the requirement.



The Period of Performance is 1 December 2023 to 30 November 2024.



Please note the following:



This solicitation is available upon request only. Please email both the primary and secondary point of contacts listed in this posting to obtain this solicitation.




  • Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov).

  • Offers need to include a completed copy of the provision at FAR 52.204-24, 52.204-26, and 52.212-3.

  • No telephonic responses will be accepted.

  • Quotes are due no later than Wednesday 11/8/2023, 8:00 a.m. HST.

  • Quotes must be sent via email to both the primary and secondary points of contact.






Attachments/Links
Contact Information
Contracting Office Address
  • 667 SAFEGUARD ST SUITE 100
  • PEARL HARBOR , HI 96860-5033
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >