Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 10, 2020 SAM #6890
SOLICITATION NOTICE

V -- Lodging Support Services

Notice Date
10/8/2020 7:26:50 AM
 
Notice Type
Presolicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018921Q0005
 
Response Due
8/15/2020 8:00:00 AM
 
Archive Date
08/30/2020
 
Point of Contact
Carlton Walton, Phone: 7574431390, Fax: 7574431424
 
E-Mail Address
carlton.walton@navy.mil
(carlton.walton@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Contracting Department, Norfolk, VA 23511-3392, intends to award a single firm-fixed-price contract lodging support services in support of Naval District Washington.� The Government will solicit and award using the policies and procedures of FAR Part 12, Acquisition of Commercial Items; and FAR Subpart 19.5 - Small Business Total Set-Asides. Services will commence on/around 1 November 2020 and continue through 31 January 2021.���� The NAICS code applicable to this procurement is 721110.� The size standard is $35 million.� The Product Service Code is V231.� The anticipated award date is no later than 1 November 2020.� This requirement is in support of the Department of the Navy 2021 Presidential Inauguration Committee located in Washington, D.C.�� Due to numerous factors (i.e., events associated with the Presidential Inauguration, needs associated with COVID quarantine requirements, insufficient on base berthing), the need for off base lodging has dramatically increased.� The objective of this task order is to secure off base lodging for naval and support personnel.� The Presidential Inauguration Committee requires contractor support to furnish lodging accommodations of 50 rooms for the Presidential Inaugural personnel from 1 November 2020 to 31 January 2021.� The Contractor hotel facility shall provide lodging accommodations and resources (including, but not limited to, facilities, furniture, equipment, supplies, management, supervision and labor) and services to provide lodging accommodations for inaugural personnel consistent with the services provided to other guests under their normal business rules.� �**The primary place of performance is Washington, D.C. and the contractor hotel facility must be within 1.1-mile (direct path � air mile) radius from 1334 Parsons Ave SE, Washington, D.C. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form.� The solicitation is not yet available.� The expected availability date is 8 October 2020.� Once available, the solicitation will be posted to this site beta.SAM.gov.� All responsible sources may submit a quote that will be considered by the Government.� By submitting a quote, the quoter 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.� By submission of a quote, the quoter acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States.� Lack of registration in the SAM database will make an quoter ineligible for award.� Quoters may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov.� Please direct all questions regarding this requirement to Carlton Walton at carlton.walton@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/99873a61addf4781916b0f4d89d55aad/view)
 
Place of Performance
Address: DC, USA
Country: USA
 
Record
SN05822942-F 20201010/201008230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.