SOLICITATION NOTICE
V -- Transportation Travel Relocation Travel Lodging Recruitment Lodging Hotel/Motel
- Notice Date
- 4/27/2023 10:15:15 AM
- Notice Type
- Combined Synopsis/Solicitation
- 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
- N0018923QZ165
- Response Due
- 5/5/2023 12:00:00 PM
- Archive Date
- 06/30/2023
- Point of Contact
- Ellen Wright 215-697-9612
- E-Mail Address
-
ellen.wright@navy.mil
(ellen.wright@navy.mil)
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Part 13 as well as Subpart 13.3, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both Contract Opportunities (https://sam.gov/) and NECO (https://sso.navsup.navy.mil/). This is a Request for Quotations (RFQ). The solicitation number is N0018923QZ165. The proposed contract action is for commercial SERVICES. The NAICS code is 721110 and the Small Business Standard is $40 Million. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-02 and DFARS Change Notice 20230322. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/browse/index/far and https://www.acquisition.gov/dfars. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, Philadelphia Office intends to solicit with a single source in accordance with FAR Part 13: the firm is B9 Select Navy TSR LLC (CAGE Code: 976K4) of Washington, DC, doing business as Courtyard Washington Capitol Hill/Navy Yard. The proposed acquisition is for Hotel Lodging Accommodations for the Nuclear Propulsion Officer Candidate (NUPOC) interview program in support of Commander, Navy Recruiting Command (CNRC), located in Millington, TN. This action will result in the award of a Blanket Purchase Agreement (BPA) with an ordering period covering the period 25 June 2023 through 31 December 2023. The proposed contract action is for services for which the Government intends to solicit and negotiate with B9 Select Navy TSR LLC under the sole source authority of FAR Part 13. The sole source nature of this requirement is based on the determination that B9 Select Navy TSR LLC is the only organization that can provide the required services as detailed in the Performance Work Statement of the attached document. Of the potential vendors identified and contacted during the Government�s market research, no other hotel/firm was identified that demonstrated the ability to provide services meeting the Government�s minimum need for the required hotel accommodations during the periods specified. Interested persons may submit a capability statement by the specified response date. This notice of intent is not a request for quotes from any source other than Courtyard Washington Capitol Hill/Navy Yard doing business as B9 Select Navy TSR, LLC. However, the Government will consider information received by the specified response date. All responsible sources may submit a quote, which shall be considered by the agency. Information received as a result of this notice of intent will normally be considered solely for the purpose of determination whether to conduct a competitive procurement. A determination by the Government not to compete this proposed procurement action based upon responses received is solely within the discretion of the Government. The Government will not pay for information submitted in response to this notice. CLIN 0001, FFP, NUPOC Hotel Accommodations, 1 Lot Government point of contact: Government technical points of contact will be determined prior to award. Performance information: The anticipated ordering period under the resultant BPA is 25 June 2023 through 31 December 2023. Responsibly and Inspection: unless otherwise specified in the resultant order, the contractor is responsible for the performance of all inspection requirements and quality control. The following clauses and provisions apply to this solicitation: -52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, -52.212-3 Alt I, Offeror Representations and Certifications-Commercial Products and Commercial Services, -52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, and -52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Products and Commercial Services. Moreover, quoters are advised to include a completed copy of the provision at 52.212-3 Alt I. See the attached documentation for additional contract clauses and contract requirements determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed online at http://sam.gov/. This solicitation will close at 3:00 PM EST on 5 May 2023. All quotes shall be submitted in writing via email to Ellen Wright who can be reached at ellen.s.wright.civ@us.navy.mil. Any quote attachments shall be in PDF or Microsoft Word or Excel formats as applicable.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f44536611a704ab88c3df4acbe79c856/view)
- Record
- SN06664502-F 20230429/230427230106 (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 |