Notice of Intent to Award a Sole Source to San Antonio Marriot Northwest
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
1.Synopsis:
This synopsis is in accordance with FAR Part 5, Notice of Intent to award a sole sourcerequirement. This Notice of Intent is not a request for competitive proposals. This is not asolicitation or request for offers. No solicitation package is available, and email requests will notbe honored. Only one (1) responsible source and no other supplies or services will satisfyagency requirements.
2.Background:
This Individual Justification is submitted to award a sole source contract to the San AntonioMarriott Northwest to host the Assistant Director, Resources and Personnel IntegrationSponsored J-1 Civilian Personnel and Administration Training.
This contract will be Firm-Fixed Price. Additionally, this contemplated contract would be awarded to the large business, San Antonio Marriott Northwest.
3.Description: DHA seeks to award a sole source contract to the San Antonio Marriott Northwest to provide conference rooms and audiovisual support for the AD R&PI J-1 Civilian Personnel and Administration Training.
4.NAICS Code:The North American Industry Classification System Code (NAICS) for this requirement is 721110 with the size standard of $40M. The Federal Supply Code (FSC)/Product Service Code (PSC) procurement is U009.
This procurement will be made utilizing Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures (SAP), in conjunction with FAR Part 12, Acquisition of Commercial Products and Commercial Services procedures.
5.Submission Instructions:
Interested parties may identify their interests and capability to respond to this requirement within15 calendar days of the publication of this notice. Any response to this notice must show clearand convincing evidence that competition would be advantageous to the Government.Information received will be considered solely for the purpose of determining whether to conducta competitive procurement. A determination by the Government not to compete this proposedcontract based upon response to this notice is solely within the discretion of the Government.No reimbursement for any cost connected with providing capability information will be provided.
The point of contact is: David Niazi at David.niazi.ctr@health.mil or Linda M. Walker at Linda.m.walker38.civ@health.mil.
Please reference this Notice of Intent number, HT001126PSAM1 on your correspondence and in the “Subject” line of your email.
Note: No Solicitation or Marketing Materials shall be submitted. Any response submitted for this synopsis constitutes consent for that submission to be reviewed by military personnel, Government civilians, and associated support contractors who are regulated. No information will be disclosed outside DHA. DHA will not provide feedback to any information submitted.
Submissions to this Synopsis is deemed to be DHA property which shall not be returned to sender. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.