SOLICITATION NOTICE
99 -- Lodging-Sheridan WY
- Notice Date
- 3/15/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Veterans Affairs;Rocky Mountain Network;VISN 19 Contracting;4100 E. Mississippi Avenue, Suite 610;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA-259-10-RQ-0110
- Response Due
- 4/5/2010
- Archive Date
- 6/4/2010
- Point of Contact
- Kathy MannionContract Specialist
- E-Mail Address
-
Contract Specialist
(kathy.mannion@va.gov)
- Small Business Set-Aside
- Partial Small Business
- Description
- Request for Quotation VA-259-10-RQ-0110. This is a combined synopsis/solicitation for Lodging and Billeting Services for the Sheridan VA Medical Center (SVAMC), 1898 Fort Road, Sheridan, Wyoming 82801. Subject requirement is being procured IAW FAR 12.6 as supplemented with additional information. The Government intends on awarding multiple blanket purchase agreements to various hotels and/or motels as a result from this announcement. To be considered for possible award, the Government is soliciting quotes from only hotels or motels located in Sheridan WY and award will be made directly to hotel/motels with a Sheridan WY address only. This announcement constitutes the only solicitation that will be issued. The base period of performance will be from May 1, 2010 through April 30, 2011. Option periods will consist of 12 months and not exceed 4 years. This procurement is issued on an unrestricted basis under NAICS 721110 with a small business size standard of $7M. Offerors shall provide a price list for single and double occupancy room rates for 7 days per week, 24 hours per day, 365 days per year. Each offeror shall provide information concerning rooms which are ADA compliant. All room rates provided shall be inclusive of all applicable service fees and taxes. Please ensure to provide pricing for outlying years through April 30, 2015. The following FAR provisions and clauses are applicable to this acquisition: FAR Provisions 52.212-1, 52.212-3 Alt I, and 52.252-1; FAR Clauses 52.212-4, 52.212-5, 52.252-2. FAR provision 52.212-3 shall be completed and returned with your offer. FAR Provision 52.252-1 and FAR Clause 52.252-2: full text language of provisions and clauses incorporated by reference can be located at http://farsite.hill.af.mil. The following clauses included in 52.212-5 are applicable: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13, 52.232-33, and 52.232-36. In addition, clauses, 52.222-41, 52.222-42, and 52.222-44 or 52.222-53, included in 52.212-5 may be deemed applicable pending contractors response to paragraph (k)(2) in FAR Provision 52.212-3. The service contract wage determination applicable for the location of the proposed hotel or motel facility will be made a part of any resultant award if FAR clause 52.222-41 is determined to be applicable. Each offer shall indicate if credit card (VISA) is an acceptable form of payment. Award will be made based on the lowest priced offers determined to be technically acceptable. To be determined technically acceptable, each offer shall complete the attached fact sheet, provide the requested documentation, register on listed websites and fill in pricing on the attached price schedule. Pricing shall be provided for a period of five years starting 1 May 2010 and concluding April 30, 2015. The government reserves the right to make multiple awards; however, funding will NOT be committed or obligated until services have been received and authorized by the appropriate parties. There is no established minimum guaranteed amount for services under this blanket purchase agreement. The Government is obligated only to the extent of authorized purchases or calls actually made under the blanket purchase agreement. Information regarding personnel authorized to place calls under any resultant blanket purchase agreement is listed within this announcement. Personnel authorized to place calls under any agreement is limited to $100,000 annually. The contractor will be responsible for providing delivery tickets identifying (i) name of the hotel or motel, (ii) BPA number, (III) date services were rendered, (iv) purchase number, (v) itemized list of services furnished and date and time of check-out. The solicitation is being issued on a competitive basis. The rate utilized for purposes of award will be the rates proposed by the offeror determined to offer the lowest technically acceptable offer. As stated in paragraph (g) of Federal Acquisition Regulation (FAR) Provision 52.212-1, included in this solicitation, The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offerors best terms from a price and technical standpoint. All questions shall be submitted in writing and received prior to the time and date scheduled for receipt of quotes. Questions can be sent via email, kathy.mannion@va.gov or fax (303) 691-6558. Quotes are due not later than 5:30 p.m. MST, Monday, April 5, 2010. Performance Work Statement GENERAL: The Department of Veterans Affairs Sheridan VA Medical Center, 1898 Fort Road, Sheridan, WY 82801 has a need for hotel or motel rooms. Rooms must be American with Disabilities Act (ADA) compliant and located in Sheridan, WY. ROOM REQUIREMENTS: Contractor shall provide furnished hotel or motel rooms for authorized eligible veterans. The contractor shall provide access to ADA compliant rooms as needed to satisfy requirements of this agreement. ADA rooms shall comply with applicable NFPA 101 and ADA guidelines. Daily room rates as quoted shall include all applicable taxes, fees, and any other none chargeable services offered to guests of the hotel/motel. The VA reserves the right to inspect the rooms as necessary to ensure that all federal, state and local laws are be adhered. Fully furnished hotel/motel rooms shall include utilities and other specified services with a minimum of a TV, clock radio, refrigerator, and local phone access (no deposits required). Hotel/motel rooms shall comply with all city, county and state building codes and ordinances applicable to the ownership and operation of the building in which the rooms are located. Rooms shall be smoke-free. Contractor shall supply all utilities including heat, air conditioning, electricity, water and sewer, and basic television cable service. Rooms shall be cleaned daily. TRANSPORTATION REQUIREMENTS: Transportation is not a requirement; however, please provide information on whether or not your facility furnishes shuttle and/or any other transportation to-and-from the medical center to your place of business. ROOM RESERVATIONS: Room reservations, room occupancy, and room payments will be on the following basis: The contractor shall provide rooms to veterans as rates agreed as prescribed by your proposed price list. The VA will inform the contractor of each individual's name and expected arrival time at the motel/hotel. Services shall be available twenty-four hours per day, seven days per week, and 365 days a year, as needed. Check-in and checkout times will be the same as other guests. The only personnel of the Sheridan VA Medical Center who are authorized to submit and modify reservations are: Lodging Program personnel, 7:30 a.m. to 4:00 p.m., Monday through Friday at 307-675-3603. After hours, weekends, and holidays, the Administrative Officer of the Day (AOD) can be reached at 307-675-3603. If clarification is needed and the Contractor cannot reach the above personnel the contractor shall call the VA operator at 307-672-3473 and have the AOD paged. The authorized dates and length of stay will be documented on the SVAMC Lodger Voucher and faxed to the Contractor by authorized VA personnel. In the event that a VA referred occupant refuses to leave the room the contractor shall immediately notify authorized VA personnel. Also, in the event that a VA referred occupant checks out of the hotel/motel without prior notice from the VA, the contractor shall notify authorized personnel at the VA. The contractor shall submit an invoice to the VA Centralized Financial Service Center, P.O. Box 149971 Austin, TX 78714-8971, for payment of all rooms covered by this contract each month for the previous month. The invoice shall indicate the base charge for rooms and reference the blanket purchase agreement number. The Contractor will itemize additional rooms required during the previous month by room number, dates of occupancy, and name of patient occupant. PATIENT EMERGENCIES: In the event a VA referred occupant is in an emergency situation of any kind, the Contractor shall contact 911 to respond to the emergency. Once the emergency has ended, the Contractor shall notify the authorized personnel at the VA of the situation ROOM MAINTENANCE: Daily room maintenance shall comply with all Federal, State and local laws. GENERAL BUILDING REQUIREMENTS AND SPECIFICATIONS: Heating and Cooling Requirements shall be in compliance with State of Wyoming Laws. All cooling and heating devices and appliances, including, but not limited to, furnaces, fireplaces, electrical baseboard heaters and water heaters, shall be an approved type in good and safe working order and shall meet all installation and safety codes. Contractor shall maintain all appliances and utility systems. This shall include the cleaning or replacement of air filters for both the heating system (providing the heating system is a forced hot air heating system) and for the cooling system every 30 calendar days. Electrical and Lighting Requirement shall be in compliance with State of Wyoming Laws. All electrical equipment, wiring and appliances shall be of an approved type, in good and safe working order and shall meet all installation and safety codes. Sanitation Requirements: All plumbing fixtures shall be trapped and vented and connected to an approved sanitary sewer. All sanitary facilities, fixtures, equipment, structures and premises shall be of an approved type, in safe and sanitary condition, in good working order, and meet all installation and safety codes. Telephone Service Requirements: Contractor shall provide local area, touch-tone, telephone service (no deposit required) for each room with long distance lockout to prevent additional charges to the room. The telephone service may be capable of long distance telephone service when long distance calls are placed using a telephone calling card or other telephone charge method. Contractor shall provide a minimum of one telephone in each room. Telephone service shall be equipped with voice messaging system or front desk message service. Fire Safety: Buildings in which space is offered shall be evaluated in accordance with latest editions of the NFPA 101, LIFE SAFETY CODE and AMERICAN DISABILITIES ACT (ADA).Equipment, services, or utilities furnished and activities of other occupants shall be free of safety, health, and fire hazards. When hazards are detected, the Contractor shall promptly correct hazards. Maintenance of Contractor-owned fire extinguishers shall be provided by the Contractor in accordance with NFPA Standard No. 101. As required by code, smoke detectors/alarms shall be installed in each room, office, storage area, hallways and other common areas. Wheelchair Accessibility: Rooms will be wheelchair accessible. Common areas such as hallways shall provide for accessible path of travel for wheelchairs. Elevators: If elevators are a part of the room complex, they shall conform to the latest requirements of the American National Standard A171 and A171a Safety Code for Elevators, except for elevator emergency recall and shall be inspected and maintained in accordance with American National Standard A17.1, Inspector's Manual for Elevators or equivalent local code. The elevators shall also comply with local codes and ordinances. Miscellaneous: No activity to the building and/or grounds that would cause an increase in dust, dirt or spores to be airborne (i.e., renovation to the building, movement of earth on the grounds) shall take place without the Contractor's written notification to the VA at least seven (7) calendar days in advance of the event. Inspection: The Government reserves the right, at any time before and after contract award and during the term of the contract, to inspect the rooms and all other areas of the complex access to which is necessary to ensure a safe and health environment for the VA referred occupants. 8) OTHER: To be eligible for award under this solicitation, the Contractor must propose for use a facility that is compliant with the requirements of the Hotel and Motel Fire Safety Act of 1990 (Public Law 101-391)(15 U.S.C. 2201 et. Seq.) and is listed on the U.S. Fire Administration Hotel and Motel National Master List found at http:///usfa.fema.gov/hotel/search.cfm. Offers proposing facilities that are not listed will be rejected as non-responsive. In addition, the Contractor's facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336)(42 U.S.C. 12101 et. Seq.) b.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA-259-10-RQ-0110/listing.html)
- Place of Performance
- Address: Sheridan, WY
- Zip Code: 82801
- Zip Code: 82801
- Record
- SN02092648-W 20100317/100315235057-c3374bffc9457ce7118e7436c17d6d07 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |