SOLICITATION NOTICE
V -- NEW MAS FY20 Lodging Services 671-20-2-093-0001 (VA-19-00093444)
- Notice Date
- 1/10/2020 12:47:12 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25720Q0141
- Response Due
- 1/23/2020 8:59:59 PM
- Archive Date
- 02/22/2020
- Point of Contact
- Renetta Princerenetta.prince@va.gov210-694-6323
- E-Mail Address
-
Renetta.Prince@va.gov
(Renetta.Prince@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- SOUTH TEXAS VETERANS HEALTH CARE SYSTEM HOTEL LODGING BPA This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation number 36C25720Q0141 is issued as a request for proposal (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82. (iv) This solicitation is set-aside for a Service-Disabled Veteran Owned Small Business concern with the associated NAICS code of 721110 which has a small business size standard of $35 million. (v) See attached schedule for the contract line item number(s), services, quantities, and ordering requested in this solicitation. (vi) This requirement is for visiting patient lodging services for the South Texas Veterans Health Care in San Antonio and Houston Texas. See attached Statement of Work and schedule for the requirements for the services to be performed. (vii) The anticipated base Period of Performance for the services is 1 February 2020 through 31 January 2025. The order is proposed with a five-year ordering period. See attached schedule for the delivery, acceptance, and FOB destination delivery point. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition; see attached schedule regarding the addenda to the provision. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, is used in this solicitation. Offers will be evaluated as acceptable, acceptable with minor revisions or unacceptable for technical capability and be evaluated for past performance as acceptable or unacceptable, and then those proposals found technically acceptable will be evaluated by price as lowest priced, technically acceptable. (x) Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if the representations entered in the System for Award Management (SAM) needs to be revised for the proposal. Offerors must be registered and have completed the provision at FAR 52.212-3 in SAM to be considered for an award from this solicitation. (xi) This acquisition includes additional contract requirements. See attached Statement of Work for the terms and conditions of the requirement. Offers are to include Past Performance information [Technical] showing like or similar services performed during the past three years. A past performance survey is attached to this solicitation for submission if the description of past performance information is not submitted in another format. The VA will confirm the submitted past performance information and will review other government past performance information systems. Offers with unsubstantiated unsatisfactory past performance records may be determined to be technically unacceptable. Offers are to include evidence of insurance with their offer. Offerors are to provide complete pricing in the attached schedule and provide it with their proposal. It is requested that all questions regarding this acquisition be asked by 14 January 2020, by 2:00 PM CT. Questions must be in writing and are to be submitted to the POC by email at renetta.prince@va.gov . (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Offers are due by 23 January 2020 by 2:00 PM CT. (xvi) Offers are to be submitted to Renetta Prince by email at renetta.prince@va.gov. The quantities are estimated and could fluctuate up or down depending on demand"" ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES ESTIMATE QUANTITY UNIT UNIT PRICE AMOUNT 0001 3,660.00 EA _________________ ________________ Hotel / Motel lodging services for visiting patients; STVHC Services, SAN ANTONIO, TX. Contract Ordering Period 1 POP Begin: 02-01-2020 POP End: 01-31-2021 0002 1,200.00 EA __________________ __________________ Hotel / Motel lodging services for visiting patients; STVHC Services, HOUSTON, TX. Contract Ordering Period: 1 POP Begin: 02-01-2020 POP End: 01-31-202 1001 3,600.00 EA __________________ __________________ Hotel / Motel lodging services for visiting patients; STVHC Services, SAN ANTONIO, TX. Contract Ordering Period: 2 POP Begin: 02-01-2021 POP End: 01-31-2022 1002 1,200.00 EA __________________ __________________ Hotel / Motel lodging services for visiting patients; STVHC Services, HOUSTON, TX. Contract Ordering Period: 2 POP Begin: 02-01-2021 POP End: 01-31-2022 2001 3,660.00 EA __________________ __________________ Hotel / Motel lodging services for visiting patients; STVHC Services, SAN ANTONIO, TX. Contract Ordering Period: 3 POP Begin: 02-01-2022 POP End: 01-31-2023 2002 1,200.00 EA __________________ __________________ Hotel / Motel lodging services for visiting patients; STVHC Services, HOUSTON, TX. Contract Ordering Period: 3 POP Begin: 02-01-2022 POP End: 01-31-2023 3001 3,660.00 EA __________________ __________________ Hotel / Motel lodging services for visiting patients; STVHC Services, SAN ANTONIO, TX. Contract Ordering Period: 4 POP Begin: 02-01-2023 POP End: 01-31-2024 3002 1,200.00 EA __________________ __________________ Hotel / Motel lodging services for visiting patients; STVHC Services, Houston, TX. Contract Ordering Period: 4 POP Begin: 02-01-2023 POP End: 01-31-2024 4001 3,660.00 EA __________________ __________________ Hotel / Motel lodging services for visiting patients; STVHC Services, SAN ANTONIO, TX. Contract Ordering Period: 5 POP Begin: 02-01-2024 POP End: 01-31-2025 4002 1,200.00 EA __________________ __________________ Hotel / Motel lodging services for visiting patients; STVHC Services, Houston, TX. Contract Ordering Period: 5 POP Begin: 02-01-2024 POP End: 01-31-2025 GRAND TOTAL __________________ Estimate Grand Total Summary for each Ordering Periods: Ordering Period 1 Total: _________ Ordering Period 2 Total: _________ Ordering Period 3 Total: _________ Ordering Period 4 Total: ________ Ordering Period 5 Total: _________ Grand Total for All Ordering Periods ____________________________________ Description/Specification/Work Statement Introduction. This basic contract Statement of Work (SOW) defines the scope for lodging requirements. The Contractor to provide the South Texas Veterans Health Care System (STVHCS), authorized veteran patients, caregivers and donors with hotel/motel lodging in San Antonio, TX and Houston, TX. Performance Period: The contractor shall complete required work detailed in this SOW upon contract award, unless otherwise directed by the Contracting Officer (CO). The performance periods of the contract are identified in Table 1. FY20 Ordering Period 1 1 February 2020 31 January 2021 FY21 Ordering Period 2 1 February 2021 31 January 2022 FY22 Ordering Period 3 1 February 2022 31 January 2023 FY23 Ordering Period 4 1 February 2023 31 January 2024 FY24 Ordering Period 5 1 February 2024 31 January 2025 Table 1 Type of Contract: This is a Blanket Purchase Agreement Contract for rooms EXCLUSIVELY set aside for use of veteran patients, families or designated caregivers. The STVHCS DOES NOT guarantee a minimum quantity for San Antonio, Tx. Estimated annual quantity of rooms for San Antonio, Texas are found in table 2. San Antonio, Texas Service Requester # Regular Rooms # Hncp Rooms Days per year Total Annual Rooms Bone Marrow 4 2 366 2196 Medical Administration Service 3 1 366 1464 Total 7 3 � 3660 Table 2 As required by FAR 52.216-22, Indefinite Quantity clause contained in this solicitation, the minimum quantity of hotel/motel rooms that will be required by The South Texas Veterans Health Care System, Audie L. Murphy Division, Bone Marrow Transplant Department on the awarded contract is 2190 rooms for the base year and if exercised unilaterally at the Government s Discretion Ordering Period I, Ordering Period II and Ordering Period III is 2196 rooms per year. NOTE 1: The contractor shall ensure ten (10) rooms are set aside each day in San Antonio, Texas for this contract. Rooms may be released for public use at 7 pm if not needed.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/563cf1dfabdb4bb8b7dc9e9fd09a646a/view)
- Place of Performance
- Address: South Texas Veterans Health Care System (STVHCS);Audie L. Murphy VA Medical Center;7400 Merton Minter Blvd San Antonio, TX 78229;MD Anderson Medical Center;1515 Holcombe Blvd, Houston, TX 77030, USA
- Country: USA
- Country: USA
- Record
- SN05531881-F 20200112/200110230128 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |