Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2017 FBO #5642
DOCUMENT

V -- Lodging Services- STL VAMC - Attachment

Notice Date
5/3/2017
 
Notice Type
Attachment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA25517Q0544
 
Response Due
5/15/2017
 
Archive Date
6/14/2017
 
Point of Contact
MICHAEL P MURPHY
 
E-Mail Address
6-1991<br
 
Small Business Set-Aside
N/A
 
Description
Page 1 of 3 THIS IS NOT A SOLICITATION. This is a Sources Sought notice issued to conduct market research. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business or large business). Currently a total set-aside for Service Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. This notice is issued solely for information and planning purposes, it does not constitute a Request for Quotations (RFQ) or a promise to issue a RFQ in the future. This request does not commit the Government to contract for any supply or service whatsoever. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals and will not accept unsolicited proposals. Responders are advised that the VA will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested vendor's expense. Not responding to this notice does not preclude participation in any future RFQ, if any is issued. Any information submitted by respondents to this notice is strictly voluntary. All submissions become Government property and will not be returned. OVERVIEW: The Department of Veterans Affairs, Network Contracting Office (NCO) 15, has a requirement to obtain lodging services to accommodate Dept. of Veterans Affair beneficiaries receiving medical care at the VAMC who may have to travel long distances for evaluation the day before or the day after treatment received. Only medically stable patients who would normally be discharged to their home will be considered for lodging. It is anticipated that a base one (1) year contract with up to four (4) one (1) year option years will be awarded. The government intends to award a firm-fixed-price contract/s. The North American Industry Classification System (NAICS) for this requirement is 721110 Hotels (except Casino Hotels) and Motels. SERVICES TO BE PROVIDED: Some, but not all, of the lodging requirements are: (1). Contractor shall furnish rooms to VA beneficiaries as referred by authorized personnel of the St. Louis VA Healthcare System. The contractor shall furnish all standard supplies/services included as minimum room requirements. Lodging shall be provided in accordance with Attachment I (Criteria for Eligibility for Temporary Lodging or Hotel) to accommodate those beneficiaries receiving medical care who may have to travel long distances for evaluation the day before or the day after treatment received. (2). Room requirements: (A). Nightly room prices, as quoted in the Schedule, shall include all fees and applicable taxes and any other no-charge services offered to guests such as shuttle service and continental breakfast. Rates shall not include sales tax. The Dept. of Veterans Affairs (VA) is a Federal agency and therefore exempt from paying sales tax. Room rates offered shall be Single Occupancy, and shall provide a minimum of two (2) double beds. The VA beneficiary shall be allowed one caregiver/driver/attendant to stay in the same room with the beneficiary, at the single occupancy rate when pre-authorized by the VA. Any additional occupants are the responsibility of the beneficiary and shall not lodge at VA expense. (B). Contractor shall reserve two (2) rooms for the St. Louis VA Healthcare System Sunday through Friday each week for beneficiaries from either site accordingly that are deemed eligible for temporary Lodging or Hotel services by VA staff. Additional rooms may be reserved by the VA at the same rates based on a space available basis. The Contractor will invoice for and be paid only for actual room nights occupied in accordance with the Section B.1 above. (C). The fully furnished hotel/motel rooms shall include contractor provided utilities and other specified services. The 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 comply with the applicable NFPA (Fire) 101, 2003 or latest edition, Chapters 28/29 specifications and American with Disabilities Act (ADA) guidelines. All rooms shall be located in a single hotel or motel. (D). Each room shall be on the ground floor, wheelchair accessible or be ADA compliant elevator serviced. Access to rooms shall be from interior hallways that are accessed directly from the front desk/elevator lobby area. There shall be no physical barriers. (E.). The rooms shall be smoke-free unless requested otherwise by the beneficiary. Contractor personnel shall not smoke in the rooms at any time whether or not VA referred occupants are present. (F). Contractor shall supply all utilities including heat, air conditioning, electricity, water and sewer, local telephone service (no deposit required), and basic television cable service. (3). Rooms shall be located in as reasonably quiet or tranquil part of the hotel/motel as possible. (3). Room reservations: Room reservations, room occupancy and room payment will be on the following basis: (A). The Contractor shall allow the occupancy of the room covered by this contract only upon the specific individual referral by authorized personnel of the VA St. Louis Healthcare System. The VA will inform the Contractor of each individual s name and the arrival date at the Contractor s facility. Stays will be limited to one night unless additional nights are specifically authorized by the VA. (B). Services shall be furnished Sunday through Friday evenings for beneficiaries of the St. Louis VA Healthcare System. The Contractor shall use its existing check in and checkout times. All responsible parties interested in responding to this notice are invited to submit a capability statement, including estimated costs (commercial costs are acceptable), and DUNS number. Responses must be received by Friday, 19 May, 2017 at 3:00 pm. Oral communications are not acceptable in response to this notice and telephone inquiries will not be accepted. Responses received will be considered; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. SPECIFIC RESPONSE INSTRUCTIONS: Please submit your response (capability statement) in accordance with the following: Please provide a name, email address and phone number of the appropriate representative of your company; Please provide A short description of your company s capability of furnishing the services listed above; Please provide the address of the hotel or motel facility. Indicate whether your company, subcontractors, teaming partners or joint venture has a Federal Socio-Economic status, e.g., Small Business, 8(a), Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Woman-Owned Small Business, Disadvantaged Small Business, and Hub Zone. If Service Disabled or Veteran Owned Small Business, is your company and/or partners registered in VA's VetBiz repository? Attention: Michael Murphy, Contracting Specialist Email: michael.murphy7@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25517Q0544/listing.html)
 
Document(s)
Attachment
 
File Name: VA255-17-Q-0544 VA255-17-Q-0544_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3465536&FileName=VA255-17-Q-0544-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3465536&FileName=VA255-17-Q-0544-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04494984-W 20170505/170503235431-4c7e17fdbae570dbd6ac594529a4cc7e (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.