Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2021 SAM #7167
SOURCES SOUGHT

V -- LODGING FOR TRANSPLANT AND FISHER HOUSE (Hoptel) MICHAEL E DEBAKEY VA MEDICAL CENTER, HOUSTON, TX

Notice Date
7/14/2021 7:31:52 AM
 
Notice Type
Sources Sought
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25621Q1429
 
Response Due
7/26/2021 2:30:00 PM
 
Archive Date
10/24/2021
 
Point of Contact
ARLENE A. BADE, Contracting Officer, Phone: (318) 466-4281
 
E-Mail Address
arlene.blade@va.gov
(arlene.blade@va.gov)
 
Awardee
null
 
Description
This is a Request for Information Only; it is not a request for quotations or offers. CLASSIFICATION CODE: V231 Lodging Hotel/Motel NAICS CODE: 721110: Hotels (except Casino Hotels) and Motels Network Contracting Office 16 on the behalf of the Michael E. DeBakey VA Medical Center located at 2002 Holcombe Blvd, Houston, TX 77030 has developed this Request for Information (RFI)/Sources Sought Notice to solicit market research information from industry to assist the Government with analysis of a Government requirement and provide commercial insight on performance-based solutions, best practices, possible contractual arrangements, and potential issues. This RFI is to determine the availability of Small Business (preferably Service-Disabled and/or Veteran-Owned Owned) entities capable of furnishing all necessary labor, materials, supplies, equipment, and/or transportation to provide the Michael E. DeBakey VA Medical Center Hoptel Service designed to provide temporary, overnight Hotel lodging accommodations to eligible Veterans that travel long distance (50 miles or more) to early morning or late afternoon appointments for the Michael E. DeBakey VA Medical Center. THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a Solicitation, or an indication that Network Contracting Office (NCO) 16 will contract for the items contained in the RFI/Sources Sought Notice. This RFI/Sources Sought Notice is part of a Government market research effort to determine the scope of industry capabilities and interest, in accordance with Federal Acquisition Regulation (FAR) Part 15.201(e), response to this RFI/Sources Sought Notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI/Sources Sought Notice are strictly voluntary and are consider as information only. The Government will not pay respondents for information provided in response to this RFI/Sources Sought Notice. Responses to this RFI/Sources Sought Notice will not be returned and respondents will not be notified of the result of the review. If a solicitation is issued, it will be announced a later date, and all interested parties must respond to that solicitation announcement separately from any response to this announcement. This RFI/Sources Sought Notice do not restrict the Government s acquisition on a future solicitation. Network Contracting Office (NCO) 16 and Michael E. DeBakey VA Medical Center located at 2002 Holcombe Blvd, Houston, TX are conducting market research for Hoptel Services for the Department of Veterans Affairs (VA) at Michael E. DeBakey VA Medical Center located at 2002 Holcombe Blvd, Houston, TX 77030. Please review the draft Scope of Contract provided below before responding to the market research questions as the Government desires that respondents offer their experience and recommendations on the following questions and issues related to this requirement. When addressing these items, respondents should consider the size and scope of the requirement described herein. DRAFT SCOPE OF CONTRACT The Contractor shall provide off-site lodging services for liver and kidney transplant beneficiaries of the Michael E. DeBakey Veterans Affairs Medical Center (MEDVAMC), 2002 Holcombe Blvd, Houston, Texas. Off-site lodging services are to include Emergent and Non-Emergent lodging which could either be scheduled and non-scheduled. These services are to be provided from October 1, 2021 through September 30, 2022, which will be considered as the base year, with the Government's option to exercise up to four, one year renewal periods in accordance with all the terms, conditions, provisions and schedule of this solicitation. SPECIFICATIONS Definitions in use for this Statement of Work Contracting Officer (CO) - Government employee who is warranted by the Government to enter into contracts on behalf of the Government and is the only person authorized to make changes to those contracts. Contracting Officer's Technical Representative (COTR) - Individual or Individuals designated by the Contracting Officer to place orders, furnish technical guidance, advice, certify invoices, and provide general supervision of the work performed under the executed contract. Physician - A person who is licensed and legally authorized to practice medicine. Surgeon - A licensed physician who specializes in surgery. General Description The Michael E. DeBakey VA Medical Center in Houston, Texas is seeking to provide temporary lodging services in non-VA facilities. Lodging services are to be provided to eligible liver/kidney transplant veterans, patients being evaluated/followed up by liver/kidney transplant staff or who are receiving medical care services as determined by Michael E. DeBakey's VA Medical Center's established criteria. The veteran's accompanying caregivers may be lodged with them. Upon the request of the MEDVAMC, the Contractor will provide off-site lodging of VA patients. The following space and service descriptions are offered as the MEDVAMC's basic requirements for operating and maintaining the proposed lodging services. (At what address keep in mind that our appointments starts at 6:15 630am) Contractor will dedicate to the MEDVAMC patients an estimated 16 rooms until 5:00 p.m., Sunday through Thursday, and Contractor will dedicate an estimated 10 rooms until 5:00p.m., Friday and Saturday. The rooms not occupied by the VA may be sold to other customers, with no penalty to the VA. In the event that a veteran is a no-show to the lodging facility or if there is a cancelation, the VA will not be held responsible for the cost of the unit. (this includes during rodeo season or any other special events where blackout dates may apply) Rooms that meet the American Disabilities Act (ADA) guidelines for handicap accessibility must be available at lodging site, including an ADA shuttle The rooms should be conventional hotel/motel type guest lodging to include a minimum of two double beds, individual thermostat control, color television, and individual room keys. All rooms shall be furnished with up to date furnishings including a microwave and refrigerator. **KITCHENETTE** The facility must have a neat and clean appearance both inside and out. The price of rooms shall exclude tax, as the Federal Government is tax exempt. All rooms shall conform to the City of Houston, Texas, guidelines for hotel/motel rooms. All rooms shall be designated as non-smoking and shall be odor-free and away from guests who are staying with pets. The vendor must have a contract staff person on site 24 hours a day, seven days a week. The VA will not be held responsible for losses or damage incurred to the premises during a lodgers stay in the room. Incidental expenses such as room service, in-room movies, long distance phone charges and other such items will not be paid by the VA and are at the lodgers' expense. Requests for lodging services will be made in writing, by fax, or by telephone by VA staff authorized to schedule lodging. List of names of VA staff will be provided upon award of this contract. Each room shall be on the ground floor or have elevator service. Daily Services: A shuttle service at reasonable increments throughout the day for transporting clients between lodging facility and the MEDVAMC, 6:00 am until 10:00pm (when patient is first transplanted usually 1 week) Monday- Friday, is preferred. Weekends shuttle available during 8am 6pm or upon request. All facilities submitting offers must be located within three-mile radius of the MEDVAMC. Daily maid, linen service, local phone calls, maintenance for room furnishings, janitorial services, building maintenance, and utilities shall be included in the room rate cost. Daily room service should include: Make up beds. Bed linens should be changed every three calendar days if the room is continuously occupied by the same VA referred occupant. Vacuum all carpeting on a daily basis Clean the bathroom floor, vanity sink and mirror, commode, and bath/shower unit Change all bath linens with laundered bath linens Empty waste paper baskets Clean Kitchen area to include appliances and dishes Replace toilet paper rolls when three quarters consumed Dust furniture once every three calendar days If the previous night's occupant is different from the VA referred occupant for the next night, the bed linens will be changed daily as the room occupant's change. **KITCHENETTE** 2 QUEEN BEDS, KITCHENETTE ARE WITH MICROWAVE, FRIDGE, STOVETOP, DISHWASHER, UTENSILS, DISHES, and POTS/PANS STATEMENT OF WORK FOR OFF PREMISES HOP-TEL LODGING The Michael E. DeBakey VA Medical Center in Houston, Texas is seeking to provide temporary lodging (Hop-Tel) services in non-VA facilities to Veterans. Lodging services are to be provided to eligible Veterans receiving outpatient services as determined by Michael E. DeBakey VA Medical Center s established criteria. Their accompanying caregiver may be lodged with them. The following space and service descriptions are offered as the MEDVAMC s basic requirements for operating and maintaining the proposed lodging services. The term of this agreement are to be provided from October 1,2021 through September 30, 2022 as the base year, with the Government s option to exercise up to four (4), one (1) year renewal periods in accordance with all the terms, conditions, and provisions and schedule of this solicitation. Contracted Units Upon request from the MEDVAMC, the contractor will provide off-site lodging of VA patients. The following space and service descriptions are offered as the MEDVAMC s basic requirements for operating and maintaining the proposed lodging services. Contractor will dedicate to the MEDVAMC patients an estimated 34 rooms until 8:00 p.m., Sunday through Thursday and Contractor will dedicate and estimated 7 rooms until 8:00 p.m., Friday and Saturday. The rooms not occupied by the VA may be sold to other customers, with no penalty to the VA. In the event a Veteran is a no-show to the lodging facility or if there is a cancellation, the VA will not be held responsible for the cost of the unit. A minimum of seven (7) rooms that meet the American Disabilities Act (ADA) guidelines for handicap accessibility must be available at the lodging site. All rooms to be non-smoking and be odor free. If contractor cannot furnish the lodging in compliance with number and time periods specified, the MEDVAMC may go off contract to procure services, and contractor will be required to reimburse MEDVAMC for the difference between non-contractor charges and contract charge. The rooms should be conventional hotel/motel type guest lodging to include individual thermostat control, color television, coffee maker, and individual room keys. All rooms will be inspected prior to award of contract and prior to exercise of any options. All rooms shall be furnished with up to date furnishings and cleaned daily. The facility must have a neat and clean appearance both inside and out. Price of rooms shall exclude tax as the Federal Government is tax exempt. Other amenities such as microwaves and refrigerators will be negotiated prior to contract award. All room shall conform to City of Houston Texas guidelines for hotel/motel rooms and should be equipped with fire sprinklers. Terms Base lease term is for one year and will have four (4) one (1) year options. The above referenced units will be considered leased exclusively to the VA as temporary lodging on a 24 hour a day seven day a week basis to include all holidays for the term of the agreement for designated beneficiaries scheduled by the MEDVAMC Fisher House Staff. All rooms shall be available within thirty minutes of a telephone request for services. The vendor must have a staff person on site 24 hours a day seven days a week. The VA will not be held responsible for losses or damage incurred to the premises during a lodgers stay in the room. Incidental expenses such as room service, in-room movies, long distance phone charges and other such items will not be paid by the VA and are at the lodgers expense. Requests for services will be made in writing, fax or by telephone. A list of staff, authorized to schedule lodging, will be provided upon award of this contract. Contractor will provide a list of black-out dates for planning purposes of providing for veteran needs. Daily Services: A handicap (wheelchair) accessible shuttle service at reasonable increments throughout the day for transporting clients between lodging facility and the MEDVAMC starting no later than 6:00 a.m. until 8:00 p.m. Monday through Friday as well as Saturday and Sunday on a more limited basis (9:00 a.m. until 6:00 p.m.). Daily maid and linen service and local phone calls shall be included in the cost. All maintenance for room furnishings, janitorial and building maintenance, and utilities shall be included in the cost. Daily room service should include at a minimum the following: Make beds. Linens are to be changed every three calendar days if room is continually occupied by same VA referred guest. Vacuum all carpeting. Clean bathroom floor, vanity, sink and mirror, commode, and bath/shower unit. Change all bath linens with laundered bath linens. Empty waste basket. Replace toilet paper roles when ¾ used. Dust furniture once every five (5) calendar days. If the previous night s occupant is different from the VA referred occupant for the next day, the bed linens will be changed daily as the room occupant changes. MARKET SURVEY: (Return completed survey with response and Capability Statement) 1. Please provide a capability statement that includes, as a minimum, the following information: a. Company Name: b. Company Address: c. Point of Contract Information: i. Name: ii. Title: iii. Phone Number: iv. Facsimile Number: v. E-mail Address: d. System for Award Management (SAM) Expiration Date: e. DUNS Number: f. CAGE Number: g. Business Size(*) (Note: (*) as it relates to NAICS Code: h. socioeconomic Category: Small Business SDVOSB VOSB Small Disadvantage Business 8(a) HUB Zone Women Owned Small Business 2. The number of rooms your firm can offer/provide: 3. The distance your firm is from the Mountain Home VA Medical Center Medical Center: 4. Comments on the (Draft) Scope of Contract provided above: 5. Comments on current market conditions and obstacles in providing these services to the Government: Interested and capable respondents are requested to provide e-mail responses to this Request for Information (RFI)/Sources Sought Notice to arlene.blade@va.gov with RFI 36C25621Q1429 in the email Subject Line no later than 4:30 p.m. Central Time, Monday, July 26, 2021. The response time cannot be extended beyond the suspense date provided. This notice is to assist the VA in determining sources only. All contractors interested in doing business with the Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses should also indicate whether the company is verified by the VA in the Vendor Information Pages (VIP) Database at www.vetbiz.gov THIS IS A REQUEST FOR INFORMATION/SOURCE SOUGHT NOTICE ONLY.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5a77558feabe44929819072e018b742e/view)
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS MICHAEL E. DEBAKEY VA MEDICAL CENTER (580) 2002 HOLCOMBE BLVD, HOUSTON, TX 77030, USA
Zip Code: 77030
Country: USA
 
Record
SN06061914-F 20210716/210715201652 (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 |
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.