Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2017 FBO #5542
DOCUMENT

99 -- Sources Sought - Attachment

Notice Date
1/23/2017
 
Notice Type
Attachment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25917N0194
 
Response Due
1/25/2017
 
Archive Date
3/26/2017
 
Point of Contact
TAMANICA DANFORD-LEAF
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY.    It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the  Government to award a contract.  Requests for a solicitation will not receive a response.  Responses to this Sources Sought must be in writing.  The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses interested and capable of providing items requested. Responses to this notice shall include the following: (a) company name    b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code   (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned  small Business, Veteran-owned small business must    provide a capability statement that addresses the organizations qualifications and ability  to perform as a contractor for the work described below.         Description: The Government is interested in gaining knowledge of potential businesses that would be able to provide Patient Lodging in near the Oklahoma City VA Medical Center 921 N. E. 13th Street, Oklahoma City OK 73104. Potential contractors must demonstrate that they are an authorized distributor of the services offered. Contractor will be responsible to provide all resources necessary to accomplish the deliverables. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued.   The North American Classification System (NAICS) code for this acquisition is 721110 (size standard to be considered small business is 500 employees).    Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov.  All interested Offerors should submit information to: Tica Danford-Leaf Contract Specialist Department of Veterans Affairs Rocky Mountain Acquisition Center (NCO-19) Phone: 801-582-1565 x4496 Tamanica.danford-leaf@va.gov All information submissions to be marked Attn: Tica Danford-Leaf, Contract Specialist and should be received no later than 5:00 pm Eastern Standard Time on Thursday, 10-27-2016. SPECIFICATIONS/WORK STATEMENT 1. SPECIFICATIONS: Provide lodging to eligible veterans for Oklahoma City VA Medical Center, Oklahoma City, Ok, for the HOPTEL Program, a program that allows patients temporary lodging, to include breakfast and dinner handicapped accessible transportation, including mobilized power chairs while receiving treatment at the medical center. This facility must be with-in 10 miles driving distance of the Oklahoma City VA Medical Center that allows easy access to and from this Medical Center. 2. DESCRIPTON: a. A block of twenty five (25) rooms shall be made available to the Oklahoma City VA Medical Center per night; single and double occupancy with a minimum of five (5) rooms completely handicap accessible. In the event that all twenty-five (25) rooms are filled, the VA will be given the option of renting one (1) to five (5) additional rooms as needed. All rooms must meet the minimum requirements at per diem rate as mandated by the Federal, State and local standards. b. These rooms would be available each night Sunday through Thursday. c. All rooms will be inspected prior to award of contract and prior to the exercise of any renewal options. d. The 25 rooms shall be for single and double occupancy and at least five shall be handicap accessible, subject to the provisions of section 2.a above. e. In a rare event, there may be a need for rooms on Friday or Saturday nights. If the Oklahoma City VA Medical Center has a need for rooms on Friday or Saturday and rooms are available, the contractor shall rent the rooms at the agreed upon price. f. There shall be no additional charges to the veteran or his caregiver for lodging. Any expenses incurred in addition to those covered by the lodging contract (e.g. unauthorized meals, damages, movie channels, room services, long distance calls, etc.) are not the responsibility of the Oklahoma City VA Medical Center and should be billed to the lodger. Local calls shall be included in the lodging rate. g. The room rate per night will not include any city, state, or federal sales tax, of which the OKC VA Medical Center is exempt from paying and does not represent a guaranteed rate for 25 rooms per day. Contractor shall invoice only for occupied rooms on any given night. h. Contractor shall supply all utilities including heat, air conditioning, electricity, water and sewer, local telephone service. At a minimum a refrigerator and microwave, the refrigerator should be at least 2 cubic foot with a freezer compartment, a microwave of a minimum 800 watts. A supply of regular and decaffeinated coffee and associated condiments shall be provided daily. Basic television cable service. Also, rooms must be furnished with up to date furnishings and cleaned daily. The facility inside and out must have high quality appearance. i. The rooms shall be smoke free. Contractor personnel shall not smoke in the rooms at any time whether or not VA referred occupants are present. j. If a specific room was previously occupied the night before by the same VA referred occupant, the following room service shall be performed weekly. (1) Make up bed(s). Bed linens shall be changed. (2) Vacuum all carpeting (3) Clean the bathroom floor, vanity sink and mirror, commode, and bath/shower unit. (4) Change all used bath linens with laundered bath linens. (5) Empty waste paper baskets. (6) Replace toilet paper roll when three quarters consumed. k. Each room shall comply with the following general room requirements: (1) Floor covering: All type of floor coverings shall be clean; free of stains; odor-free; and free of cracks or tears. (2) Each room shall have lighting fixtures. All overhead lights shall be controlled by wall switches. All light bulbs shall have either a shade or globe with the exception of decorator type bulbs. (3) All windows shall be able to be secured in a closed position. The windows shall be effectively weather-stripped and the window lights shall be free of cracks and shall be tightly fitted in the window frame. (4) All windows shall have window treatments consisting of shades, blinds or drapes. The window treatments shall be substantial enough to prevent viewing into the room from outside of the room. In addition, in bedrooms the window treatments shall be capable of substantially darkening the room during daylight hours. (5) Each room s exterior entry door shall be secured with snap lock and dead bolt lock. In addition, exterior entry doors shall have an exterior light; peep hole fitted with 175 degree viewing lens; if not entering into a climate controlled hallway, the door shall have weather stripping on four sides of door or frame to effectively seal off air leaks. l. Each room s bathroom shall have the following: combination tub/shower, except for enhanced-accessibility homes which may have showers only; commode; vanity; mirror above vanity; overhead light; exhaust fan which exhausts to outside air; GFI protected electrical outlets; solid floor covering, ceramic tile, composition vinyl tile, or solid vinyl sheet. m. General Furniture Package (1) All furniture shall be in good general condition; shall be clean; free of stains and odors; and have no tears or rips in the fabric coverings. Non-upholstered furniture surfaces shall be free of scratches, broken surfaces, splinters, free of stains, and clean. (2) Each double size bed shall be supplied with the following bed linens which will be freshly cleaned, free of stains, odors, tears, and in good condition. n. Heating and Cooling Requirements (1) Each room shall have permanently installed, functioning cooling and heating system with thermostatic control. The heating system is required to maintain a temperature of 80 degrees F. The air conditioning system is required to maintain a temperature of 65 degrees F. (2) 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. (3) Contractor shall maintain all appliances and utility systems. o. Electrical and Lighting Requirement (1) Every room shall be provided with not less than two electrical receptacle outlets and electric light fixtures. (2) Every toilet room, bathroom, laundry room, furnace room, public hallway, porch and flight of stairs between stories shall contain at least one (1) supplied electric light fixture. Where an interior stairway or public hallway changes in direction, more than one (1) supplied electric light fixture is required. (3) 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. p. 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 and in good working order and meet all installation and safety codes. q. Telephone Service Requirements: (1) Contractor shall provide local area, touch tone, and telephone service for each room. (2) Contractor shall provide one telephone in each room. r. Interior Space Requirements: (1) Ceilings shall be at least 8 feet and no more than 11 feet clear from floor to the lowest obstruction. Each room shall have acoustical treatment with a flame spread of 5 or less and smoke development rating of 50 of less (ASTME 84). (2) Floor shall be covered with ceramic or vinyl floor covering or carpeting (vinyl asbestos floor tile shall not be used for new installations). (3) Existing floor and/or window covering or carpet may be accepted providing the floor coverings are in good condition. 3. ORDERS: a. Requests for services will be made in writing or by telephone. A list of staff, which is authorized to schedule lodging, will be provided upon award of this contract, and provider shall update such list from time to time as necessary. b. Contractor will furnish lodging service within thirty (30) minutes after receiving a request for service, subject to normal check-in check-out policies for the property. If the contractor is unable to provide lodging service as per contract requirements, the Oklahoma City VA Medical Center reserves the right to obtain the service from another source and to charge the contractor with any excess cost, which may result there from after notice and opportunity to cure is provided Contractor. The Oklahoma City VA Medical Center will be the sole judge in determining when to order service from another source. c. If contractor cannot furnish the lodging in compliance with number and time periods specified, the VAMC may go off contract to procure services, and the contractor will be required to reimburse VAMC for the difference between non-contractor charges and contract charge, but only after notice and opportunity to cure has been provided Contractor. 4. ROOM RESERVATIONS a. Room reservations, room occupancy, and room payment will be on the following basis: (1) The Contractor shall allow the occupancy of the room covered by this contract only upon the specific individual s referral by the Contracting Officer s Technical Representative (COTR). The Oklahoma City VA Medical Center will inform the Contractor of each individual s name at the Contractor s motel/hotel. (2) For this contract, the Contractor shall use its existing check in and checkout times and procedures. (3) Hoptel Coordinator or his /her designees are authorized to place orders. b. The Contractor shall be paid monthly in arrears upon receipt of a properly executed invoice. The Contractor shall submit an invoice to the Oklahoma City VA Medical Center for payment for all rooms covered by this contract each month for the previous month. The invoice shall be for the actual number of days in the previous month. Each invoice shall represent charges covering the first day of the month to the last day of the month. Each invoice shall include: the contract number, purchase order number, Date of service, and total cost, according to contract pricing 5. PATIENT EMERGENCIES: In the event Contractor becomes aware that an Oklahoma City VA Medical Center referred occupant is in an emergency situation of any kind, the Contractor shall contact the appropriate parties to respond to the emergency. In addition, the Contractor shall immediately contact the Medical Administrative Officer (MAO) of the Day at 405 456-3073 and report the nature of the emergency and current disposition. 6. FIRE SAFETY (a) To be eligible for award under this solicitation, offeror must propose for use a facility that is compliant with the requirements of the Hotel and Motel Safety Act of 1990 and is listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.fema.gov/hotel/serach.cfm. In addition, the offerors facility must be compliant with the requirements of the American Disabilities Act. Only hotels that can meet the requirements and provide items as listed above may respond to this solicitation. All rooms must be compliant with the requirements of National Fire Protection Association (NFPA). (b) 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. (c) 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. (d) 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 Oklahoma City VA Medical Center COTR at least seven (7) calendar days in advance of the event. If such activity is required on an emergency basis, the Contractor shall notify the COTR via telephone immediately then follow-up in writing as soon as possible. Contractor hereby gives notice that certain renovations are on-going, but that during periods of such renovation, no such apartment homes shall be used for occupancy pursuant hereto. (e) 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 healthy environment for the Oklahoma City VA Medical Center occupants. (f) Contractor must be with-in 10 miles driving distance of the Oklahoma City Medical Center. 7. Transportation a) Contractor will furnish, at designated times, a minimum of one Handicap accessible shuttle 4 times a day in the morning and afternoon to transport patients to and from the medical center. b) Contractor will pick up and drop off patrons at North entrance door at the designated times. Times are to be determined once contract is awarded. 8. CONTRACTOR MUST PROVIDE BREAKFAST AND DINNER: a. Each morning between the hours of 6:00 a.m. and 9:00 a.m. and evenings between 4pm 7pm., the contractor shall provide a continental breakfast to the VA referred occupants. The meal may be self-served buffet service located in a common area of the hotel/motel/serviced apartment. The contractor shall provide the necessary eating utensils, dishware, and serving ware for the breakfast meal. Contractor shall provide, at a minimum, the following beverages and food for the breakfast meal: Coffee; tea; milk; fresh juice; fresh fruit; sweet rolls or donuts; cold cereals; bread, bagels, or rolls; butter or margarine; fruit preserves or jellies. b. Contractor shall inform the VA referred occupant of the availability of the free meals upon the VA referred occupant s arrival. If the Hotel/Motel/serviced apartment does not provide general continental breakfast to all guests, they must provide the VA referred occupants with Vouchers to obtain meals daily. 9. FURNITURE AND ACCESSORIES: a. Each room shall comply with the following general room requirements: (1) Floor covering: All type of floor coverings shall be clean; free of stains; odor-free; and free of cracks or tears. Shag style carpets used as floor covering shall be ½ or less in length. (2) Each room shall have lighting fixtures. All overhead lights shall be controlled by wall switches. All light bulbs shall have either a shade or globe with the exception of decorator type bulbs. (3) All windows shall be able to be secured in a closed position. The windows shall be effectively weather-stripped and the window lights shall be free of cracks and shall be tightly fitted in the window frame. (4) All windows shall have window treatments consisting of shades, blinds or drapes. The window treatments shall be substantial enough to prevent viewing into the room from outside of the room. In addition, the window treatments in sleeping areas shall be capable of substantially darkening the room during daylight hours. (5) Each room s exterior door shall be secured with snap lock and dead bolt lock for entry/exit doors, and patio doors shall be equipped with a security bar lock. In addition, exterior entry/exit doors shall have an exterior light; peep hole fitted with 175 degree viewing lens; if not entering into a climate controlled hallway, the door shall have weather stripping on four sides of door or frame to effectively seal off air leaks. b. Each room s bathroom shall have the following: combination tub/shower, except for enhanced-accessibility baths which shall only have a shower; commode; vanity; mirror above vanity; overhead light; exhaust fan which exhausts to outside air; GFI protected electrical outlets; solid floor covering, ceramic tile, composition vinyl tile, or solid vinyl sheet. c. Each room shall have at least a 2 cubic foot refrigerator with a freezer compartment, a microwave of a minimum 800 watts and an automatic drip coffee maker. A supply of regular and decaffeinated coffee and associated condiments shall be provided daily. d. General Furniture Package (1) All furniture shall be in good general condition; shall be clean; free of stains and odors; and have no tears or rips in the fabric coverings. Non-upholstered furniture surfaces shall be clean and free of scratches, broken surfaces, splinters, stains. (2) Table and two chairs 1 each upholstered chair 2 each bedside lamps 1 each color television with remote control 1 each dresser and mirror 2 each double sized beds with headboard 2 each nightstands 2 each table lamps 1 each clock radio with alarm 1 each double size mattress and box springs per bed (3) Each double size bed shall be supplied with the following bed linens which will be freshly cleaned, free of stains, odors, tears, and in good condition. 2 each pillows 2 each pillow cases 1 each flat sheet 1 each fitted sheet 2 each thermal blankets 1 each bedspread 1 quilted mattress pad e. Bath 1 each rubber (safety) mat for tub 4 each bath towels 4 each hand towels 4 each wash cloths 1 each shower liner 1 set of shower hooks 1 each plastic waste basket 1 each bathroom rug 1 each shower curtain 10. TERM OF CONTRACT: The term of this contract will be from March 1, 2017 to September 30, 2021. All rooms shall be ready for occupancy by VA referred patients no later than fourteen (14) calendar days following award of the contract, except for the handicap rooms which shall be made fully available on the schedules set forth in Section 2.a above. Except as provided above, all rooms shall be in full compliance with all requirements of this contract by that date. 11. To be eligible for award under this solicitation, the offeror 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://www.usfa.fema.gov/hotel/search.cfm. Offers proposing facilities that are not listed will be rejected as non-responsive. In addition, the offeror'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.). Only hotels that can meet the requirements and provide items as listed below may respond to this solicitation. Award will be made to the offeror determined to be the Best Value to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25917N0194/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-17-N-0194 VA259-17-N-0194.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3224911&FileName=VA259-17-N-0194-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3224911&FileName=VA259-17-N-0194-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA MEDICAL CENTER;921 N.E. 13TH STREET;OKLAHOMA CITY OK
Zip Code: 73104
 
Record
SN04378287-W 20170125/170123234623-cdd407f0fc39804ec55efc63618a61ef (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.