Sailor Lodging_Rev1
ID: N3904025R0009Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPORTSMOUTH NAVAL SHIPYARD GFPORTSMOUTH, NH, 03801-5000, USA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL (V231)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Navy, is soliciting proposals for lodging services at the Portsmouth Naval Shipyard in Kittery, Maine, under solicitation number N3904025R0009. The requirement entails providing 48 double-occupancy rooms for 91 consecutive nights, totaling 4,368 room nights to accommodate 96 sailors from November 1, 2024, to February 28, 2025. This procurement is crucial for supporting active-duty sailors during their assignments, ensuring they have safe and comfortable accommodations while docked at the shipyard. Interested vendors must submit their quotes by October 28, 2024, and can contact Alyssa Cress at alyssa.a.cress.civ@us.navy.mil or call 207-994-0740 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Wage Determination No. 2015-4011 for contracts under the Service Contract Act, specifically for towns in York County, including Eliot and Kittery. It details the minimum wage requirements based on the contract's effective dates, referencing Executive Orders 14026 and 13658. The prevailing minimum wage of $17.20 per hour applies to contracts effective on or after January 30, 2022. Contractors must pay specific wages for various job classifications, such as administrative support, automotive services, food preparation, and health occupations. Additionally, fringe benefits including health and welfare, vacation, and paid holidays are mandated. The document emphasizes the need for compliance with provisions regarding paid sick leave, uniform allowances, and the process of conforming unlisted job classifications through the Standard Form 1444. This wage determination is essential for federally contracted work, ensuring fair compensation and worker rights across diverse occupations, thereby supporting the overarching goal of protecting workers engaged in government contracts.
    The Quality Assurance Surveillance Plan (QASP) outlines a systematic approach to evaluate performance for contracted lodging at Portsmouth Naval Shipyard. It specifies what will be monitored, the methods of monitoring, and the personnel responsible for this oversight. The Contracting Officer (KO), Contract Specialist (CS), and Contracting Officer’s Representative (COR) are designated to ensure compliance with contractual obligations, and the importance of objective evaluation is emphasized. Performance standards and Acceptable Quality Levels (AQLs) are outlined in an attached table, while various surveillance methods, including direct observation, periodic inspection, and user surveys, are detailed to ensure comprehensive monitoring of contractor performance. A rating system categorizes performance as Exceptional, Very Good, Satisfactory, Marginal, or Unsatisfactory. Documentation practices are defined, requiring the COR to report performance impacts, especially concerning non-compliance, via the Contractor Performance Assessment Ratings System (CPARS). This QASP serves as a living document, potentially revised to remain relevant, and underscores the government's commitment to ensuring quality and accountability in contractor performance. Overall, the QASP functions as a governance tool to maintain high standards in contracted services, establishing clear expectations and oversight methodologies within the framework of government procurement.
    The U.S. Navy is soliciting proposals for lodging services at Portsmouth Naval Shipyard in Kittery, ME, under solicitation number N3904025R0009. The requirement includes providing 48 double-occupancy rooms for 91 consecutive nights, totaling 4,368 room nights to accommodate 96 sailors from November 1, 2024, to February 28, 2025. The solicitation follows a Request for Proposal (RFP) format, and interested vendors must submit their quotes by October 28, 2024. Contractors must ensure that lodging facilities meet specific safety, sanitation, and service criteria as detailed in the Statement of Work (SOW), including non-smoking rooms, routine maid services, and appropriate furnishings. The vendors must also hold active registration in the System for Award Management (SAM). Overall, this procurement process not only aims to support active-duty sailors during their assignments but also emphasizes adherence to quality standards and small business participation, aligning with government initiatives for effective resource management.
    Lifecycle
    Title
    Type
    Sailor Lodging
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Bunkrooms
    Active
    Dept Of Defense
    The Department of Defense, specifically the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), is seeking qualified small businesses to provide lodging services through a Sources Sought Notice. The requirement includes two individually occupied lodging rooms, centrally located between the Controlled Industrial Areas and the Intermediate Maintenance Facility, with a travel time of 5-10 minutes, and operational availability 24/7 for a duration of 365 days. Each room must be equipped with essential amenities such as a bed, linens, a bathroom, and privacy features, along with parking for two vehicles. Interested parties must submit their capability statements by 3:00 PM HST on October 25, 2024, to the primary contact, Colby Teruya, at colby.m.teruya.civ@us.navy.mil.
    Topside Diesel Rental- Docking
    Active
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals from qualified small businesses for the rental of a topside diesel generator, as outlined in solicitation number N3904024Q0206. The generator must meet stringent specifications, including a minimum prime output of 320 kW, compliance with environmental standards, and operational capabilities for submarine docking, with a rental period scheduled from February 10, 2025, to March 24, 2025, and an option for an additional two weeks. This procurement is critical for ensuring operational efficiency during submarine docking operations, emphasizing the importance of adherence to technical and safety standards. Interested vendors must submit their proposals via email by September 30, 2024, and can direct inquiries to Skylar Elliott at skylar.n.elliott.civ@us.navy.mil or call 207-438-1358 for further information.
    Sources Sought Material Kitting: N4523A25R1304
    Active
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF), is seeking qualified contractors for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract focused on material ordering, kitting, and shipping services. The primary objective is to provide comprehensive material support for U.S. Naval vessels, including the procurement of materials for surface ship availabilities and maintaining accurate tracking and reporting of material progress. This initiative is crucial for enhancing the operational efficiency of the Navy's logistics framework and supporting ship modernization efforts. Interested parties must submit their responses by November 25, 2023, at 5:00 PM PT, and can direct inquiries to Kenny Vilayvong or Jesse Schimke via email.
    Rental of Temp HVAC
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard (PNSY), is seeking qualified vendors for the rental of a temporary HVAC system, including necessary support services such as training and maintenance. The objective is to establish a controlled industrial environment by providing continuous tempered air and efficient exhaust systems, which are critical for operational safety and efficiency in the shipyard. Contractors will be required to supply all equipment, labor, and materials, adhering to stringent specifications for air flow rates, electrical standards, and operational efficiency. Interested parties should contact David Agea at david.a.agea.civ@us.navy.mil or call 207-994-0614 for further details and to obtain the solicitation document, which includes a Statement of Work and outlines the proposal submission process.
    EPF Layberth Multiple Award Contract - Indefinite Delivery Indefinite Quantity
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking qualified small businesses to provide layberth services for Expeditionary Fast Transport (EPF) vessels under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The contractor will be responsible for ensuring secure berthing facilities that can accommodate at least two EPF vessels, including necessary maintenance capabilities and compliance with safety and operational standards. This procurement is critical for maintaining the operational readiness of military vessels, with the contract set to commence on December 1, 2024, and an estimated award date of January 15, 2025, lasting for five years. Interested parties should prepare for the solicitation to be available on SAM.gov around October 31, 2024, and may contact Jamiel Blizzard at jamiel.n.blizzard.civ@us.navy.mil or 757-443-5906 for further information.
    Synopsis - USNS YUKON ROH/DD
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command (MSC) Norfolk, is seeking proposals for the regular overhaul and dry docking of the USNS YUKON (T-AO 202). The contract will require the contractor to prepare for and accomplish the specified work in accordance with the work item package, with the anticipated performance period set from November 4, 2024, to January 17, 2025, at the contractor's facility located within the continental United States (CONUS). This procurement is crucial for maintaining the operational readiness and safety of the vessel, which plays a vital role in supporting naval operations. Interested parties can access the solicitation, expected to be released around September 2, 2024, through the Procurement Integrated Enterprise Environment Solicitation Module, and should direct any inquiries to Marcin Krauze at marcin.krauze.civ@us.navy.mil or Christopher Ward at christopher.s.ward1.civ@mail.mil.
    HX Fastener BOA Item 7005AT
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking small businesses to provide hex head cap screws as part of a pre-solicitation notice for a Request for Quotation (RFQ) numbered N3904024Q0080. The procurement requires compliance with specifications outlined in the Portsmouth Naval Shipyard Fastener Program Manual, including a material certification for the supplied items. This opportunity is significant for supporting the Navy's operational needs and emphasizes the federal government's commitment to small business participation, as it is a total small business set-aside. Interested vendors must submit their quotes via email between November 5 and November 12, 2024, and can direct inquiries to Lauren LeDuc at lauren.w.leduc.civ@us.navy.mil or by phone at 603-438-6635.
    Z--REQUEST FOR INFORMATION AND INDUSTRY FORUM FOR DEPARTMENT OF NAVY LODGING PRIVATIZATION
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is requesting information and industry forum for the Department of Navy Lodging Privatization. This request for information (RFI) is for informational and planning purposes only and is not a request for proposal or commitment of any kind. The government does not intend to award a contract solely based on this RFI. The RFI is being issued via Federal Business Opportunities and Navy Electronic Commerce Online. Interested parties should check the websites periodically for any amendments or updates to this notice. The attachments provide additional details, including the industry forum registration form and RFI questions.
    NVANG UTA LODGING DECEMBER 2024 - NOVEMBER 2025
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide lodging accommodations for personnel of the Nevada Air National Guard's 152d Airlift Wing from December 2024 to November 2025. The procurement requires single and double occupancy rooms within a two-mile radius of the 152d Airlift Wing in Reno, Nevada, with an estimated total of 1,495 room nights needed across various training events. This contract is crucial for ensuring that Air National Guard personnel have safe and comfortable accommodations during their duty status for training. Interested small businesses must submit their quotes by November 1, 2024, at 10:00 AM PDT, to the primary contacts Keith Trimble and Alex Norris via email, adhering to all specified requirements in the solicitation documents.
    Cryogenic Fan Cleaning Services
    Active
    Dept Of Defense
    Cryogenic Fan Cleaning Services are being procured by the DEPT OF DEFENSE, specifically the DEPT OF THE NAVY at the PORTSMOUTH NAVAL SHIPYARD GF. This procurement falls under the Total Small Business Set-Aside category. The service is categorized under MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT with the PSC code J020. The service involves cryogenically cleaning the galley ventilation of the exhaust system from the galley to the fan room. The place of performance is at Portsmouth Naval Shipyard in Kittery, ME. The period of performance is from 12/05/2023 to 03/04/2024. The primary contact for this procurement is David Agea, who can be reached via email at david.a.agea.civ@us.navy.mil or by phone at 2074385593. Offers for this procurement should be emailed to David Agea and should include the completed RFQ and Contract Security Stipulation for U-NNPI - Enclosure 3 forms. The announcement for this procurement will close at 3:00 PM ET local time on 22 November 2023.