V--NAVY LODGING FOR LCSRON 2
ID: N6883618Q0453Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR JACKSONVILLEJACKSONVILLE, FL, 32212-0097, USA

PSC

TRANSPORT, TRAVEL, RELOCATION (V)
Timeline
    Description

    Combined Synopsis/Solicitation DEPT OF DEFENSE NAVY LODGING FOR LCSRON 2

    The Department of Defense, specifically the Department of the Navy, is seeking Navy lodging services for LCSRON 2. Navy lodging is typically used to provide temporary accommodations for Navy personnel and their families during deployments, training exercises, or other official duties. The procurement is being conducted by the NAVSUP FLT LOG CTR JACKSONVILLE office. The notice falls under the category of TRANSPORT, TRAVEL, RELOCATION with a PSC code of V. For more information, please contact Timothy Merkerson at 904-542-0631.

    Point(s) of Contact
    TIMOTHY MERKERSON 904-542-0631
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z--REQUEST FOR INFORMATION AND INDUSTRY FORUM FOR DEPARTMENT OF NAVY LODGING PRIVATIZATION
    Buyer not available
    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.
    LCS FREEDOM-Class CY2026 - 2027 Dry Dock Capability
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is seeking sources for the LCS FREEDOM-Class Dry Dock Capability for the calendar years 2026 to 2027. This procurement aims to identify qualified contractors capable of providing dry dock services essential for the maintenance and repair of combat ships and landing vessels, specifically under the NAICS code 336611. The successful contractor will play a critical role in ensuring the operational readiness of the fleet, which is vital for national defense. Interested parties should reach out to Vincenzo Bianco at vincenzo.l.bianco.civ@us.navy.mil or Brian Blasser at brian.w.blasser.civ@us.navy.mil for further information, with the opportunity being based in Jacksonville, Florida.
    Lodging for Regularly Scheduled Drills-March 5-25-P.R. Air National Guard
    Buyer not available
    The Department of Defense, specifically the Puerto Rico Air National Guard's 156th Wing, is seeking lodging services for Regularly Scheduled Drills (RSD) from March 5 to 25, 2025, in the San Juan-Isla Verde area. The procurement is set aside for small businesses under NAICS Code 721110, requiring accommodations that include 25 double rooms and 24 single rooms, with adherence to Department of Defense travel rates and quality standards. This contract is crucial for ensuring the operational readiness of military personnel during training events, emphasizing compliance with health protocols and quality assurance measures. Proposals are due by February 24, 2025, and interested vendors should contact Angel F. Solis at angel.solis.2@us.af.mil or 787-253-5238 for further details.
    99--Coastal Riverine Squadron FOUR Company (CRS 4 COM) operating in Panama 19 OCT through 13 DEC 2016
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking expeditionary logistics and life support services for the Coastal Riverine Squadron FOUR Company (CRS 4 COM) operating in Panama. This service is part of a larger U.S. Southern Command (SOUTHCOM) directed mission. The service includes small boat launch and recovery services, vehicles, cellular phones, international phone cards, bottled water, personnel and equipment transportation between operating sites. The mission will take place from 19 October through 13 December 2016. The Contractor will work closely with the Contracting Officer Representative (COR) to ensure effective completion of all services. The solicitation will be available around 16 SEP 2016 and contract award no later than 07 OCT 2016.
    Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide non-personal commercial lodging accommodations within a 30-mile radius of Homestead Air Reserve Base (ARB), Florida. This procurement involves establishing multiple Blanket Purchase Agreements (BPAs) for single and double occupancy hotel rooms during training periods, with a focus on maintaining high-quality living conditions and compliance with specified standards. The awarded BPAs will have a performance period of up to five years, with a minimum order value of $1.00, and must adhere to General Services Administration (GSA) Per Diem rates. Interested contractors must submit a capability statement to Contract Specialist Tahj Guilford at Tahj.Guilford.2@us.af.mil by January 7, 2029, at 4:00 PM EST, to be considered for this opportunity.
    R--Travel Operations/Support
    Buyer not available
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, NAVSUP FLT LOG CTR PUGET SOUND is seeking a service to support travel operations through management, analysis, and administration of the travel program. This service is used to ensure compliance with established regulations for Government travelers in both the Contiguous United States (CONUS) and Outside the Continental United States (OCONUS). The place of performance for this service is in Singapore. The contract will be awarded on a Firm-Fixed Price, Service type basis in accordance with FAR parts 12 and 13.5. The evaluation will be conducted using FAR 52.212-2 procedures. The procurement is anticipated to be a sole source award to Vysnova Partners, Inc., a Service-disabled Veteran-owned Business (SDVOSB) concern, in accordance with FAR 19.1406. The solicitation is expected to be posted on the NECO website on or about August 7, 2019, with proposals due by August 9, 2019. All responsible sources may submit a proposal. Prospective offerors are responsible for downloading the solicitation from the NECO website and monitoring for any amendments. No telephone or fax requests will be accepted, and electronic submission of proposals/quotes via NECO is not available at this time.
    R--Professional management and coordination support services
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking professional management and coordination support services for various Department of Navy (DoN) related ceremonies, functions, and events in Washington, DC. The services will be acquired in accordance with the Federal Acquisition Regulation (FAR) Part 12 and FAR Part 13. The contractor will provide support services for U.S. Navy events and ceremonies, including band concerts, wreath laying ceremonies, concerts on the Avenue, and the Blessing of the Fleet ceremony. The contract will have a base period of performance from December 1, 2018, to November 30, 2019, with a potential six-month extension. The NAICS code for this acquisition is 541611, and the Size Standard is $15.0M. The Request for Quote package will be available for downloading on February 7, 2017, at http://www.neco.navy.mil or http://www.fedbizopps.gov. Contractors must be registered in the Systems for Award Management (SAM) database to be eligible for award. For more information, contact the primary contact person listed in the synopsis.
    S--Linen Cleaning Services
    Buyer not available
    Presolicitation notice from the Department of Defense, specifically the Department of the Navy, for linen cleaning services. The contractor will be responsible for providing linen services required by Naval Health Clinic Cherry Point in Cherry Point, NC. This is a 100% small business set aside. The contract will be for a twelve-month base year starting on November 17, 2015, with four twelve-month option years. The solicitation and subsequent amendments will only be available for download on the NECO website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact the primary point of contact listed in the synopsis.
    129 RQW - CY25 Drill Lodging
    Buyer not available
    The Department of Defense, specifically the California Air National Guard's 129th Rescue Wing, is seeking proposals for lodging services to accommodate personnel during drill periods in Santa Clara, California. The contract requires the provision of single and double-occupancy rooms for a one-year term, with the contractor responsible for managing lodging operations independently while adhering to established quality standards and security protocols. This procurement is vital for ensuring that military personnel have reliable accommodations during their training and operational activities. Interested small businesses, particularly those eligible for the Total Small Business Set-Aside, should contact CMSgt Dana Johnson at dana.johnson.16@us.af.mil or TSgt Austin Breault at austin.breault.1@us.af.mil for further details, with proposals due by the specified deadline.
    USS SAVANNAH (LCS 28) FY25 Docking Selected Restricted Availability (DSRA)
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is soliciting proposals for the USS SAVANNAH (LCS 28) FY25 Docking Selected Restricted Availability (DSRA). This procurement aims to secure shipbuilding and repair services necessary for the maintenance and operational readiness of the USS SAVANNAH, a critical asset in the Navy's fleet. The services sought are vital for ensuring the vessel's longevity and performance, reflecting the Navy's commitment to maintaining its operational capabilities. Interested contractors can reach out to Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or 202-781-1763, or Jacqueline Black at jacqueline.black@navy.mil or 202-781-1088 for further details.