ContractCombined Synopsis/SolicitationService-Disabled Veteran-Owned Small Business Set Aside

San Diego Lodging

DEPT OF DEFENSE N3904026R3065
Response Deadline
May 18, 2026
10 days left
Days Remaining
10
Until deadline
Set-Aside
Service-Disabled Veteran-Owned Small Business Set Aside
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

Portsmouth Naval Shipyard, part of the Department of the Navy, is seeking a service-disabled veteran-owned small business to provide firm-fixed-price extended-stay lodging services in San Diego for PNSY personnel. The work covers PWS-compliant units that are move-in ready, with nightly unit rates, cleaning supplies, and cleaning services, and the solicitation contemplates phased lodging support across multiple unit quantities and performance periods. Units must satisfy the detailed PWS, including proximity requirements tied to Naval Base Point Loma, fire safety and habitability standards, one-person-per-unit occupancy, and other unit features such as private bathroom and kitchen space, while technical capability is weighted more heavily than price in evaluation. Proposals must be submitted electronically to Alyssa Scarelli by May 18, 2026, at 5:00 PM EST, and the solicitation identifies an estimated award amount of $34,000,000.

Classification Codes

NAICS Code
531110
Lessors of Residential Buildings and Dwellings
PSC Code
V231
TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL

Solicitation Documents

8 Files
N3904026R3065 Synopsis.pdf
PDF163 KBMay 8, 2026
AI Summary
The solicitation N3904026R3065 is a Request for Proposal (RFP) issued by Portsmouth Naval Shipyard for extended stay lodging services in San Diego, CA. This acquisition is set aside for service-disabled, veteran-owned small business concerns. The contract will be a Defense Priorities and Allocations System (DPAS) DO-A3 rated action. The requirement includes two phases: 50 lodging units from July 27, 2026, to August 30, 2027, and 150 lodging units from August 31, 2026, to May 25, 2027. Services include nightly unit rates, cleaning supplies, and cleaning services as per the Performance Work Statement (PWS). Proposals must be submitted electronically to Alyssa Scarelli by May 18, 2026, at 5:00 PM EST.
N3904026R3065 Request for Proposal.pdf
PDF1855 KBMay 8, 2026
AI Summary
This government solicitation, N3904026R3065, from the Department of the Navy, outlines requirements for extended-stay lodging services in San Diego for Portsmouth Naval Shipyard (PNSY) employees. The solicitation details the scope of work, including quantities of units and associated cleaning services, with specific delivery periods for different phases. It incorporates various Federal Acquisition Regulation (FAR) and Defense FAR Supplement (DFARS) clauses, covering aspects like payment instructions via Wide Area WorkFlow (WAWF), organizational conflict of interest disclosures, and limitations on subcontracting for small businesses. The document also specifies inspection and acceptance locations, points of contact for contract administration, and the process for equitable adjustments. The total estimated award amount is USD 34,000,000.00.
N3904026R3065 Attachment 3_Addendum to 52.212-1 Instructions to Offerors.pdf
PDF273 KBMay 8, 2026
AI Summary
This addendum outlines the instructions for offerors submitting proposals for a federal acquisition utilizing Simplified Acquisition Procedures under FAR parts 12 and 15. Proposals must be comprehensive, valid for at least 90 days, and complete responses to the Performance Work Statement (PWS). Electronic submissions require separate files for each volume, with individual emails not exceeding 10MB. Volume I (Introduction) requires contractor information, contact details, SAM registration confirmation, fill-in clauses, a statement of agreement to terms, and proposal validity period. Volume II (Technical Capability) demands a detailed technical approach demonstrating how PWS requirements will be met, including methods, management controls, staffing plans, teaming agreements, and financial resources. Technical narratives are limited to ten pages. Volume III (Past Performance) requires up to two recent and relevant examples (within three years) similar in scope and complexity to the PWS, each not exceeding two pages, detailing agency name, contacts, project title, contract number, period of performance, funded value, and work description. Volume IV (Price) requires offerors to complete the Request for Proposal for each Contract Line Item Number (CLIN) for 200 lodging units, with pricing evaluated for fairness and reasonableness.
N3904026R3065 Attachment 4_Addendum to 52.212-2 Evaluation.pdf
PDF202 KBMay 8, 2026
AI Summary
This addendum outlines the evaluation procedures for a federal government solicitation, emphasizing that award will be a Firm Fixed Price contract, with the government reserving the right to make no award or multiple awards. Evaluation factors include Technical (significantly more important than price), Past Performance, and Price. Technical proposals are rated on understanding, approach, resources, and management controls, with Marginal or Unacceptable ratings leading to disqualification. Past Performance considers various sources and results in Acceptable, Neutral, or Unacceptable ratings. Price is evaluated for reasonableness, and vendors may be asked for supporting documentation. The government seeks the best value, considering technical merit, past performance, and price, in compliance with FAR regulations.
N3904026R3065 Attachment 6_Proposed Property Log.xlsx
Excel13 KBMay 8, 2026
AI Summary
The document is a template for collecting information on properties, likely in response to a government Request for Proposal (RFP) related to real estate or property services. It requires offerors to provide their contact details (name, CAGE Code, phone, email) and a comprehensive list of up to 60 properties. For each property, the offeror must provide its name, full address, mileage from Naval Base Point Loma (NBPL) at 174 Rosecrans St, San Diego, CA, and the name and contact information (name, phone, email) of the property management or owner if different from the offeror. This structured data collection aims to facilitate the evaluation of available properties and their proximity to a key naval installation, crucial for federal government real estate acquisition or leasing programs.
N3904026R3065 Attachment 2_Service Contract Act WD 2015-5635.pdf
PDF4788 KBMay 8, 2026
AI Summary
This government file is a wage determination document, number 2015-5635, revision 29, issued by the U.S. Department of Labor for San Diego County, California. It outlines required wage rates and fringe benefits for various occupations under the Service Contract Act. The document details hourly rates for administrative, automotive, food service, health, IT, and other sectors. It also includes provisions for health & welfare, vacation, holidays, and specific footnotes regarding computer employees, night/Sunday pay for air traffic controllers and weather observers, hazardous pay differentials, and uniform allowances. The file concludes with the conformance process for unlisted job classifications, ensuring fair compensation and compliance with federal regulations for contractors.
N3904026R3065 Attachment 5_PNSY OPSEC Contract Requirements 26-009.pdf
PDF864 KBMay 8, 2026
AI Summary
The Portsmouth Naval Shipyard (PNSY) Operations Security (OPSEC) Contract Requirements document outlines critical protocols for contractors to protect sensitive information, referred to as Critical Information and Indicators (CII), whether classified or unclassified. Contractors must implement an OPSEC plan, which needs to be signed and submitted after award, or at minimum acknowledge basic OPSEC requirements. The document emphasizes the contractor's responsibility to prevent inadvertent disclosure of CII, prohibiting its distribution to unauthorized third parties, including foreign entities, and restricting its publication in corporate newsletters, public websites, or social media. Transmission to personal email accounts and posting on social media are strictly forbidden. Any media requests related to the project must be directed to the PNSY Security and Public Affairs Office. Non-compliance can lead to contract termination or criminal prosecution. The policy also details the protection of Controlled Unclassified Information (CUI) and mandates immediate reporting of any attempted solicitations or compromises to relevant security managers. Additionally, the document addresses the strict control of Portable Electronic Devices (PEDs) within the shipyard, requiring coordination with sponsors for their approved use due to their data recording and transmission capabilities. It includes a Critical Information and Indicator List (CIIL) with countermeasures, such as restricting discussions, shredding sensitive documents, and prohibiting photography within shipyard work areas. Examples of critical information include Personally Identifiable Information (PII), operation schedules, equipment capabilities, and identification of critical infrastructure.
N3904026R3065 Attachment 1_Performance Work Statement.pdf
PDF505 KBMay 8, 2026
AI Summary
This document outlines the lodging specifications for contracted housing supporting a project at Naval Base Point Loma, San Diego, CA. It details comprehensive property and unit requirements, referencing Public Law 101-391 and National Fire Protection Association (NFPA) Standards 74, 13, and 13R for safety and construction. Key requirements include a 23-mile or 45-minute commute radius from the base, excluding specific cities, a minimum 400 square feet living area, and strict adherence to fire safety codes, including smoke and carbon monoxide detectors, and sprinkler systems for properties above three stories. Units must be well-maintained, sanitary, and free from excessive noise, pests, and damage. Detailed specifications for bathrooms, kitchens (including appliances and utensils), furniture, and amenities like high-speed internet and cable TV are provided. Housekeeping, cleaning supplies, and responsive maintenance with a 24-hour emergency contact are also mandated. Special instructions cover payment rates, prohibition of charges to employees for damages, and a one-person-per-unit occupancy limit, with check-in available by 11:00 a.m. PST, and 24-hour check-in available upon request. All furniture and fixtures must be in new or like-new condition, and DoD employees are exempt from further background checks.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 8, 2026
deadlineResponse DeadlineMay 18, 2026
expiryArchive DateJun 2, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
PORTSMOUTH NAVAL SHIPYARD GF

Point of Contact

Name
Alyssa Scarelli

Place of Performance

San Diego, California, UNITED STATES

Official Sources