Rental of Venue for Apprentice Graduation
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.
Quick Summary
The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF) is soliciting proposals for the rental of a venue and associated services for its Apprentice Graduation Ceremony on the island of Oahu, Hawaii. This Unrestricted solicitation seeks a contractor to provide an air-conditioned facility capable of accommodating 1,000 people with specific amenities. Quotes are due Monday, February 9, 2026, at 9:00 a.m. HST.
Scope of Work
The contractor shall provide a venue for a one-day event in August 2026 (specific date TBD post-award, weekday, 8:00 am - 3:00 pm). Key requirements include:
- An air-conditioned room for 1,000 people in theater seating.
- A stage (approx. 30'x15'x3') with lectern and three tables.
- 1,000 matching chairs and a sound system with microphones.
- A reception area with four tables and eight chairs.
- Multiple water stations with cups and trash receptacles.
- Adequate on-premises parking, including 15 reserved VIP stalls and prepaid hosted parking validation.
- Management of room setup, cleanup, and trash disposal.
- Provision of adequate restrooms and stage access steps.
Contract & Timeline
- Contract Type: Firm Fixed Price.
- Period of Performance: Tentative base year from March 1, 2026, to February 28, 2027, with one additional option year.
- Set-Aside: Unrestricted.
- Solicitation Number: N32253-26-Q-0026.
- Quotes Due: February 9, 2026, at 9:00 a.m. HST.
- Questions Due: February 3, 2026, at 9:00 a.m. HST.
Submission & Evaluation
Offerors must submit:
- A completed SF 1449 (Block 17a, CLINs 0001 & 1001).
- A detailed written technical proposal (not to exceed 10 pages) demonstrating knowledge of PWS and solicitation requirements.
- Completed FAR 52.204-24, FAR 52.212-3, and DFAR 252.204-7017. Quotes must be emailed to both Jodie Tramuto (jodie.l.tramuto.civ@us.navy.mil) and Lyndon Paloma (lyndon.g.paloma.civ@us.navy.mil). Email size limit is 35 MB. Award will be based on a Lowest Price Technically Acceptable (LPTA) approach, with technical acceptability evaluated first.
Special Requirements & Notes
- CMMC Level 1 (Self-Assessment) certification is required at the time of award and throughout contract performance for systems processing FCI or CUI. Offerors without valid Level 1 certification will be ineligible.
- All firms must be registered with SAM.gov by the award date.
- Offerors are responsible for monitoring SAM.gov for any amendments.
- While no specific OPSEC plan is required, contractors must adhere to general OPSEC requirements.