Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2022 SAM #7401
SOURCES SOUGHT

Q -- SFVAHCS San Francisco Patient Overflow Hotel/Lodging

Notice Date
3/4/2022 5:34:59 PM
 
Notice Type
Sources Sought
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26122Q0333
 
Response Due
3/14/2022 8:00:00 AM
 
Archive Date
05/13/2022
 
Point of Contact
Rachael Becker, Contracting Officer, Phone: 916-923-4972
 
E-Mail Address
Rachael.Becker@va.gov
(Rachael.Becker@va.gov)
 
Awardee
null
 
Description
Page 3 of 3 Subject: Sources Sought, Intermittent and Temporary Hotel Lodging for VA San Francisco, Veterans Health Administration (VHA). The purpose of this sources sought is to conduct market research to support the procurement of San Francisco VA hotel accommodations for overflow patients. This notice serves to survey the market in an attempt to ascertain whether or not, sources can provide the requested services. This notice allows potential contractors/vendors to submit a non-binding statement of interest and documentation demonstrating their capability. The sources sought effort is intended to assess industry capabilities and develop/support the intended direction of acquisition planning. This source sought is to gain knowledge of potential qualified sources and their size classifications. Responses to this notice, will be used by the Government to make appropriate acquisition decisions. After review of the responses to this notice, a solicitation announcement may be published. Responses to this notice are not considered adequate responses to any corresponding solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this notice. MINIMUM TECHNICAL REQUIREMENTS: 1. Scope 1.1 Contractor shall provide temporary lodging services for eligible veterans and non-medical attendants in need of treatment at Department of Veterans Affairs San Francisco Health Care System (SFVAHCS), 4150 Clement Street, San Francisco CA 94121, who may have to travel long distances for evaluation the day before or the day after treatment received, as arranged by the Contracting Officer's Representative (COR) or his/her designated authorized medical staff (i.e., for less than 24-hour pre-operative / intervention or past-operative follow-up for Ambulatory Surgery, Nuclear Medicine, MRI, GI, ophthalmology, oncology, and other medical specialties as the need arises). 2. Room requirements 2.1. The SFVAHCS requires the use of furnished hotel rooms depending on the daily need or as needed. Room rates offered shall be Single Occupancy, and shall provide a minimum of two (2) double beds. Family members (wife and/or children) of the VA patient, or one non-family care-giver, shall be permitted to stay in the same room with the veteran, at the single occupancy rate. Any additional occupants are the responsibility of the veteran, and shall not be permitted to lodge at VA expense. 2.2. The fully furnished hotel rooms will include contractor provided utilities and other standard services provided by hotels. The hotel 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 101 and ADA guidelines. Rooms shall be cleaned daily. (Linens, bedding, towels, etc.) and shall be replaced with clean linens on a daily basis. 2.3. 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. 2.4. Contractor shall be required to provide smoke-free rooms unless requested otherwise by the veteran. 2.5. Contractor shall supply all utilities including heat, air conditioning, electricity, water and sewer, local telephone service (no deposit required), and basic television cable service. 2.6. Contractor shall provide complimentary continental breakfast for eligible beneficiaries and their non-medical attendants when applicable. 2.7 The Contractor must be capable of housing a minimum of 30 occupants per week. In the event the Contractor does not have adequate vacant rooms, they must have in place agreements with other lodging facilities for rooms to accommodate an influx of patients with the same rate and room standard. 2.8. Contractor shall provide a minimum of 3,900 rooms per year. 3. Location 3.1 Lodging facility shall be within a 10-mile radius of San Francisco VA Medical Center in case of medical emergency. 4150 Clement Street, San Francisco CA. The San Francisco VA has transportation arrangements in place to get the veteran to and from appointments. The veterans, for whom this contract is designed to provide lodging, are being brought to the VAMC for medical appointments. These veterans may be physically or medically limited and require easy and convenient transportation between the Hotel and the VA. It is important therefore that these hotels be proximate to the San Francisco VA Medical Center. The 10 mile limit allows the VA to maintain some modicum of oversight and contact with possibility of prompt return to clinic on urgent basis without resort to ambulance using Veteran Transportation Service if need be. 4. Compliance 4.1 Lodging will be provided within the allowable cost parameters as specified in the Veterans Health Administration (VHA) Handbook 1601.8.05, section 9.4 http://www.reno.va.gov/docs/VHA_Beneficiary_Travel_Handbook_1601B.pdf 5. Inspections 5.1. The Government has the right to inspect the contractor's premises to ensure the cleanliness of guest rooms and common areas on a quarterly basis. 6. Cancellations 6.1. VA Beneficiary Travel coordinator reserves the right to cancel reservations up to one hour prior to guest beneficiary check-in. Notification of and waiver for any applicable charges in regards to beneficiaries who no-show must be submitted to the travel coordinator within 24 hours of no-show. 7. Quality 7.1. Contractor shall ensure that each beneficiary is treated in a professional manner. Each beneficiary will be treated with the highest quality of care and standards established in the industry. 8. Timeliness 8.1. Upon receipt of a reservation request, the contractor shall prepare lodging for eligible veterans as authorized by the VA SFHCS Travel Coordinator. 8.2. In the event the Contractor is unable to accommodate eligible beneficiary, the Contractor shall notify the VA PIHCS Travel Coordinator and arrange alternate lodging at the same payment rate and same room standard in such cases when lodging cannot be provided by the primary contractor. INSTRUCTIONS: Submit a brief description, two-three (2-3) pages (including cover letter) that demonstrates how your company can provide the requested services. Include past-experience, with providing these services to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability and your address. If any portions seem unclear, prohibited, and/or you are unsure about the draft description of the requirement please list your comments and/or concerns in your response, so they can be addressed. PLEASE INDICATE WHETHER YOU HOLD A GSA FEDERAL-SUPPLY SCHEDULE CONTRACT THAT COVERS THIS EQUIPMENT AND/OR SERVICES AND, IF SO, THE CONTRACT NUMBER. Provide BUSINESS SIZE AND SOCIO-ECONOMIC STATUS; Your response should include a STATEMENT OF CAPABLILITY, GSA SCHEDULE INFORMATION, DUNS#, BUSINESS SIZE, AND SOCIO-ECONOMIC STATUS information as explained above. Response is due by 11AM EST on March 14, 2022. Please submit e-mail responses to Rachael Becker, Contract Contracting Officer, at email address: Rachael.Becker@va.gov NOTE: Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure this equipment and/or services, or to issue a solicitation, nor to notify respondents of the results of this notice. No solicitation documents exist at this time; however, in the event the acquisition strategy demonstrates that GSA is a viable option for procuring a solution, the RFQ shall be posted to GSA eBuy where only those firms who currently hold a GSA Schedule with the applicable SIN will be able to respond. The Department of Veterans Affairs is neither seeking quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any information the vendor considers proprietary should be clearly marked as such. The U.S. Government will not pay for any information or administrative costs incurred in response to this RFI.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/973a94fbb509496fb7b2f55ee1eb361e/view)
 
Place of Performance
Address: Department of Veteran Affairs VA Sierra Pacific Network (VISN 21) VA Northern California Healthcare System 4150 Clement St, San Francisco 94121
Zip Code: 94121
 
Record
SN06258139-F 20220306/220304230104 (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.