Canyon 2 Fire Invasive Weeds Survey and Treatment Cost Recovery
Agency: USFS Region 5: Pacific Southwest Region
Location: California
NAICS: 115310
| Agency | Naval Sea Systems Command |
|---|---|
| Deadline | 05/18/26 |
| Posted | 05/08/26 |
| Estimated Value | $500,000 - $2,500,000 (AI estimate) |
| Set Aside | SDVOSBC |
| NAICS | 531110 - Lessors of Residential Buildings and Dwellings |
| PSC | V231 - Transportation/Travel/Relocation- Travel/Lodging/Recruitment: Lodging, Hotel/Motel |
| Location | San Diego, CA 92106 United States |
Please review the solicitation attachments and submit a proposal in accordance with the instructions to offerors with all required information. Any proposals not meeting these requirements or missing information shall be evaluated as deficient and will not be considered further in the evaluation process. Portsmouth Naval Shipyard intends to award a firm fixed price contract for lodging services in the San Diego, CA area. Units shall be Performance Work Statement (PWS) compliant and move in ready in accordance with the Period of Performance outlined in the solicitation. Prices proposed shall be all inclusive of the specifications outlined in the PWS. Units proposed should be FULLY compliant with the PWS and if they are not, CLEARLY identify where they differ and why adherence to the PWS could not be accomplished. Process: After the solicitation deadline, proposals will be analyzed and proposed properties will be review. Pre-award, an independent property inspection will be conducted by PNSY's technical team to address if a property is pre-approved to be utilized to source rooms from for this requirement. Any properties that will be utilized must meet paragraph 3 Performance Work Statement (PWS) requirements. THIS IS A PRELIMINARY INSPECTION AND DOES NOT GUARANTEE UNITS WILL BE ACCEPTED AT THIS LOCATION. Post award, a unit inspection will be conducted by the COR for acceptance of the unit. Units must meet ALL requirements of paragraphs 4.1 4.11 before they will be accepted for use by the government. Please note: hotel style accommodations have traditionally NOT met the specifications within the Performance Work Statement. - Multiple properties: The PWS does not restrict the use of multiple properties; it is the preference of the government to minimize the number of properties utilized. - Commute threshold: Google Maps is used to calculate the distance from 174 Rosecrans St, San Diego, CA to the property address. Occupants could be travelling at any time so worst case traffic scenarios should be considered to determine the 45-minute commute threshold. - Turn cleans: it is the intention of the government to minimize the need for turn cleans, an accurate number cannot be given at this time. Offerors should do their best to estimate a reasonable frequency; notice will be established between the government and the awardee. - Damage assessment: Exact check out procedures will be set with the awardee, however, it is routine procedure for any charges outside of those allowed within the written contract be addressed utilizing the Request for Equitable Adjustment or Claims process.
the PWS does not limit the type of unit to be utilized (1BR, 2+BR, Houses, Apartments, etc.) as long as the unit meets the specifications stated within the PWS (ie: private bathroom, separate kitchen, - Wi-Fi system: A managed system with per-unit network isolation and guaranteed 100 Mbps per-unit throughput satisfies the Wi-Fi requirement if each unit has their own private, password-encrypted Wi-Fi. - Phased occupancy and stability of occupancy: units are required to be PWS-compliant and move in ready at the start of the outlined PoPs for each CLIN. Once PNSY accepts a unit, the unit will be paid for within the outlined PoP.
Background Portsmouth Naval Shipyard intends to award a firm fixed price contract for extended stay lodging services in the San Diego, CA area. The goal of this contract is to provide compliant and move-in ready units as outlined in the Performance Work Statement (PWS). This acquisition is set-aside for service-disabled, veteran-owned small business concerns. Work Details The contractor shall provide lodging services that are fully compliant with the PWS. Key requirements include: - Units must be move-in ready and meet all specifications outlined in the PWS. - Proposals should clearly identify any deviations from the PWS and justify why compliance could not be achieved. - An independent property inspection will be conducted pre-award to determine if properties can be utilized. - Post-award, units will undergo inspection by the Contracting Officer Representative (COR) for acceptance. - Units must meet all requirements specified in paragraphs 4.1 to 4.11 of the PWS before acceptance. - The government prefers to minimize the number of properties utilized but does not restrict multiple properties. - A 45-minute commute threshold from a specified location must be adhered to, considering worst-case traffic scenarios. - The contractor should estimate cleaning frequency and minimize turn cleans as much as possible. - Damage assessments will follow standard procedures, and charges outside of those allowed within the contract will be addressed through established processes. - Units can vary in type (1BR, 2+BR, Houses, Apartments) as long as they meet PWS specifications such as having private bathrooms and separate kitchens. - Wi-Fi must be managed with per-unit network isolation providing guaranteed throughput of 100 Mbps per unit. - Units must be compliant and ready at the start of each specified period of performance. Place of Performance San Diego, CA
| Contact name | Alyssa Scarelli |
|---|---|
| Contact email | alyssa.a.scarelli.civ@us.navy.mil |
| Contact phone | (207) 994-0740 |
Agency: USFS Region 5: Pacific Southwest Region
Location: California
NAICS: 115310
Agency: FCI Mendota
Location: California
NAICS: 311999
Agency: BLM California Region
Location: California
NAICS: 237310
Agency: Air Force Test Center
Location: California
NAICS: 334220