Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 20, 2024 SAM #8180
SOLICITATION NOTICE

V -- Lodging Support Services

Notice Date
4/18/2024 2:41:25 PM
 
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
N0018924Q0165
 
Response Due
4/26/2024 7:00:00 AM
 
Archive Date
05/11/2024
 
Point of Contact
Nicholas Stewart 7574431295 nicholas.t.stewart2.civ@us.navy.mil
 
E-Mail Address
carlton.walton@navy.mil
(carlton.walton@navy.mil)
 
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 Subpart 13.5 - Simplified Procedures for Certain Commercial Products and Commercial Services; and FAR Subpart 19.5 - Small Business Total Set-Asides. Services will commence on/around 15 September 2024 and continue through 15 February 2025. This requirement is in support of the Department of the Navy 2025 Presidential Inauguration Committee located in Washington, D.C. 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 for the Presidential Inaugural personnel from 15 September 2024 and continue through 15 February 2025. 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. The hotel facility must be within 1.5-mile (Driving Route) radius from 300 5th Avenue, Washington, DC 20319. The NDW set the 1.5-mile rule due to force protection, road closure and mission OPTEMPO. Contracting Officer will utilized https://www.google.com/maps to confirm if the vendors proposed hotel falls within the required radius. Proposed hotels that are outside of the required radius will not be considered for award. Rooms can be split amongst neighboring properties within the 1.5-mile radius. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bbce17b6bb484af3b8580e68753b76ee/view)
 
Record
SN07035052-F 20240420/240418230053 (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.