San Diego Lodging

SOL #: N3904026R3065Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
PORTSMOUTH NAVAL SHIPYARD GF
PORTSMOUTH, NH, 03801-5000, United States

Place of Performance

San Diego, CA

NAICS

Lessors of Residential Buildings and Dwellings (531110)

PSC

Lodging Hotel/Motel (V231)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
May 8, 2026
2
Submission Deadline
May 18, 2026, 9:00 PM

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 Department of the Navy, specifically Portsmouth Naval Shipyard (PNSY) GF, is soliciting proposals for extended stay lodging services in the San Diego, CA area. This requirement is for a Firm Fixed-Price contract to provide PWS-compliant, move-in ready units for DoD employees. This acquisition is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by May 18, 2026, at 5:00 PM EST.

Opportunity Overview

PNSY intends to award a single Firm Fixed-Price contract for lodging services to support personnel at Naval Base Point Loma. The solicitation emphasizes the provision of safe, secure, and well-maintained extended stay properties. Hotel-style accommodations have traditionally not met the PWS specifications. The government prefers to minimize the number of properties utilized.

Key Requirements & Deliverables

Offerors must provide PWS-compliant lodging units, including:

  • Lodging Units: 50 units from July 27, 2026, to August 30, 2027, and 150 units from August 31, 2026, to May 25, 2027.
  • Location: Properties must be within a 23-mile driving distance or 45-minute commute of Naval Base Point Loma main gate, excluding Chula Vista, National City, and San Ysidro. They must also be within a 4-mile radius of a grocery store and full-service restaurant.
  • Unit Specifications: Minimum 400 sq ft, private bathroom, separate kitchen, one reserved on-site parking spot, and high-speed internet (100 Mbps+) with per-unit password-encrypted Wi-Fi. Units must be fully furnished, including a 50"+ Smart TV with streaming services.
  • Maintenance & Cleaning: Units must be sanitary, damage-free, and equipped with HVAC (or 8000 BTU AC units). Cleaning services and supplies (replenished bi-monthly) are required per CDC guidelines, with linen service monthly or upon occupancy change.
  • Response & Emergency: Vendors must respond to issues within 24 hours, fix them within 48 hours, and provide a 24-hour emergency contact.

Contract Details

  • Contract Type: Firm Fixed-Price.
  • NAICS Code: 531110 (Size Standard: $34,000,000.00).
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
  • DPAS Rating: DO-A3 rated action.
  • Place of Performance: San Diego, CA.

Submission & Evaluation

Proposals must be submitted electronically via email to Alyssa Scarelli by the deadline. They must be valid for at least 90 days and adhere to specific formatting for four volumes:

  • Volume I - Introduction: Contractor details, SAM registration, contact information.
  • Volume II - Technical Capability: Detailed technical approach (max 10 pages) demonstrating PWS compliance, methods, management, and staffing.
  • Volume III - Past Performance: Maximum of two recent and relevant examples (within last three years).
  • Volume IV - Price: Complete pricing for each CLIN, reflecting all costs for 200 lodging units.

Evaluation factors, in order of importance, are Technical Acceptability, Past Performance, and Price, with non-price factors significantly more important than price. Technical proposals rated Marginal or Unacceptable will be ineligible. Price will be evaluated for reasonableness, and offerors must quote the full quantity for at least one PWS-compliant CLIN.

Important Notes

  • Property Inspection: A preliminary inspection will be conducted by PNSY's technical team for pre-approval, followed by a unit inspection by the COR post-award.
  • OPSEC Requirements: Contractors must comply with Operations Security (OPSEC) requirements, including protecting sensitive information and adhering to Portable Electronic Device (PED) policies. An OPSEC Plan may be required.
  • Wage Determination: Bidders must adhere to Wage Determination No. 2015-5635, Revision No. 29, for minimum wage rates and fringe benefits for service employees in San Diego County, CA.
  • Property Log: Offerors must complete the "Proposed Property Log" (Attachment 6) detailing all properties intended for use.

Response Deadline & Contact

Proposals are due by May 18, 2026, at 5:00 PM EST. Primary Contact: Alyssa Scarelli, alyssa.a.scarelli.civ@us.navy.mil, 207-994-0740.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 8, 2026
San Diego Lodging | GovScope