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 seeking proposals for the rental of a venue to host its Apprentice Graduation Ceremony on the island of Oahu, Hawaii. This Unrestricted solicitation requires a facility capable of accommodating 1,000 people with specific amenities and services. The contract will be Firm Fixed Price for a base year with one option year. Quotes are due by February 9, 2026, at 9:00 a.m. HST.
Scope of Work
PHNSY&IMF requires a contractor to provide an air-conditioned venue with adequate on-premises parking for an event in August, from 8:00 a.m. to 3:00 p.m. The venue must accommodate 1,000 people in a theater seating configuration. Key requirements include:
- A stage (approx. 30'x15'x3') with a lectern and three tables.
- 1,000 matching chairs.
- An adequate sound system with microphones.
- A reception area with four tables and eight chairs.
- Multiple water stations with cups and trash receptacles.
- Adequate parking, including 15 reserved VIP stalls and prepaid hosted parking validation.
- Room setup, cleanup, and trash disposal services.
- A dedicated point of contact for planning and issue resolution.
- Security, medical support, and/or a safety plan if required.
Contract & Timeline
- Solicitation Number: N32253-26-Q-0026
- Contract Type: Firm Fixed Price
- Period of Performance:
- Base Year: March 1, 2026 – February 28, 2027
- Option Year 1: March 1, 2027 – February 29, 2028
- Set-Aside: Unrestricted
- Quotes Due: February 9, 2026, at 9:00 a.m. HST
- Questions Due: February 3, 2026, at 9:00 a.m. HST
- Place of Performance: Island of Oahu, Hawaii
Submission & Evaluation
Offerors must submit a completed SF 1449 (including Block 17a and CLIN information) and a detailed written technical proposal (not exceeding 10 pages) demonstrating knowledge and approach to the PWS requirements. Quotes must be sent via email to both Jodie Tramuto (jodie.l.tramuto.civ@us.navy.mil) and Lyndon Paloma (lyndon.g.paloma.civ@us.navy.mil). The Government will evaluate technical capability first, followed by price reasonableness, with award going to the Lowest Price Technically Acceptable (LPTA) offer.
Special Requirements
- All firms must be registered in SAM.gov by the award date.
- Compliance with Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self-Assessment) is required at the time of award and throughout contract performance for contracts involving FCI or CUI.
- Offerors must complete FAR 52.204-24, FAR 52.212-3, and DFAR 252.204-7017.
- It is the offeror's responsibility to monitor SAM.gov for any amendments. An OPSEC plan is not required, but contractors must adhere to basic OPSEC contract requirements.