Veterans Affairs (VA) Financial Services Center(FSC) Relocation Services Contract
ID: 36C10X25Q0048Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFSAC FREDERICK (36C10X)FREDERICK, MD, 21703, USA

NAICS

Offices of Real Estate Agents and Brokers (531210)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide comprehensive relocation services for VA employees undergoing Permanent Change of Station (PCS) entitlements. The contract will encompass a range of services including home marketing assistance, home sale management, property management for overseas relocations, pre-decisional counseling, and destination area support, all aimed at enhancing the operational efficiency of the VA in facilitating employee relocations. This initiative is critical for ensuring a smooth transition for employees while adhering to federal regulations and logistical requirements. Interested organizations should submit a capabilities statement and cover sheet detailing their qualifications to Brandi Luna at brandi.luna@va.gov or Justin Cole at Justin.Cole4@va.gov by the specified deadlines, as the contract is expected to span five years with a base period and four option years.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for a Relocation Services Contract with the Department of Veterans Affairs (VA) Financial Services Center (FSC), aimed at providing comprehensive relocation support for VA employees undergoing a Permanent Change of Station (PCS). The Contractor is expected to offer services including home marketing assistance, home sale management, property management for OCONUS and Temporary Change of Station (TCS) moves, pre-decisional counseling, and destination assistance. The PWS specifies a five-year contract term with a base period and four option years. It emphasizes compliance with federal travel regulations, the commitment to operational excellence, and the necessity for technical expertise in handling relocation logistics. Key performance metrics are established, including timeliness in service delivery, accuracy in appraisals, and thoroughness in pre-decisional counseling. Regular reporting, employee satisfaction evaluations, and strict security protocols are mandated for quality control. The Contractor must engage in effective communication and documentation, ensuring seamless service delivery while adhering to federal standards. This contract underscores the VA's dedication to its employees' needs during relocations, facilitating a smooth transition process while maintaining compliance with legal regulations.
    The U.S. Department of Veterans Affairs (VA) is soliciting information to identify eligible contractors for providing comprehensive relocation services for VA employees undergoing Permanent Change of Station (PCS) entitlements. This Sources Sought notice aims to gather capabilities and market insights necessary for future procurement planning. Key services required include home marketing assistance, home sale management, property management for overseas relocations, pre-decisional counseling, and destination area support. Interested organizations must submit a cover sheet detailing their capabilities, including company information and service status, alongside a capabilities statement addressing specific questions about contract type, pricing structure, execution of relocation tasks, and experience in managing relocation services. Particular attention is given to compliance with federal regulations and the ability to manage complex logistical requirements. Responses are voluntary, and the government will not bear any costs incurred in the submission process. This solicitation marks the beginning of the contractor selection process, aiming to enhance the VA’s operational efficiency in facilitating employee relocations.
    The document is a Request for Information (RFI) related to the VA FSC Relocation Services project, indicated by the solicitation number XXXX. It serves as a formal inquiry form for prospective contractors to seek clarification or pose questions regarding the project's specifications, which are outlined in the Performance Work Statement (PWS). The structure includes sections for recording the date of question receipt, references to the PWS pages, sections, and paragraphs, as well as spaces for the inquiry itself. The main purpose of this RFI is to facilitate communication and transparency between the government and potential vendors, ensuring all participants have a clear understanding of the project requirements. By allowing questions, the RFI aims to gather relevant information that may influence the proposal process significantly. Overall, this document highlights the federal government's effort to engage with contractors and solicit their feedback on the outlined scope of work related to VA relocation services, thereby promoting informed proposals and successful project outcomes.
    Lifecycle
    Similar Opportunities
    Moving Services for the USCG Finance Center
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard Finance Center, is seeking a qualified moving company to facilitate the relocation of 470 employees to new office spaces in Chesapeake, Virginia. The project encompasses several phases, including pre-move planning, provision of packing materials, moving operations, and post-move cleanup, with the move scheduled for March 21-23, 2024. This procurement is critical for ensuring a smooth transition while minimizing disruptions to the Finance Center's operations, and it is set aside for small businesses under the Total Small Business Set-Aside program. Interested contractors must submit proposals that adhere to specific guidelines, including a narrative format and detailed cost estimates, with a focus on compliance with OSHA regulations and security measures. For further inquiries, potential bidders can contact Danielle Farmer at Danielle.C.Farmer@uscg.mil or Jennifer Billips at Jennifer.K.Billips@uscg.mil.
    Pre-Solicitation Notice - ChooseVA - R499 - Washington DC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a communications support contract under the presolicitation notice 36C10X25R0008 for the ChooseVA campaign, aimed at enhancing public confidence in the VA through improved communication strategies. The contractor will be responsible for developing various media and communication materials, including videos, digital products, and advertisements, to effectively promote VA services and employment opportunities, while ensuring compliance with accessibility standards. This initiative underscores the VA's commitment to improving veteran experiences and fostering a well-informed workforce, with a total potential contract value of $90 million and a minimum guarantee of $100,000. Interested parties should contact Justin Cole at Justin.Cole4@va.gov or Christina Brown at christina.brown13@va.gov for further details.
    V231--442 Veteran Lodging Service (VA-25-00007226)
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for veteran lodging services under the solicitation number 36C25925Q0172, specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract will provide off-site lodging for veterans visiting the Cheyenne VA Medical Center, with a performance period from May 1, 2025, to April 30, 2030, and requires compliance with health and safety regulations while ensuring accommodations are within ten miles of designated medical facilities. This initiative is crucial for facilitating veterans' access to healthcare services, emphasizing the government's commitment to supporting veteran-owned businesses. Interested contractors must submit their proposals by February 26, 2025, and direct inquiries to Contracting Officer Danielle Kramer at danielle.kramer@va.gov or 303-712-5725.
    Hotel Services
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide hotel services for Veterans receiving care at the St. Louis Veterans Affairs Medical Center (VAMC). The procurement aims to secure fully furnished hotel or motel accommodations, including amenities such as complimentary breakfast and shuttle services, to ensure a comfortable stay for Veterans while addressing any issues promptly through on-site support. This initiative is crucial for facilitating the lodging needs of Veterans, emphasizing compliance with federal safety and accessibility standards within a 5-mile radius of the VA center. Interested parties must submit their responses, detailing their capabilities and business size, by February 16, 2025, to Laura J. Ferguson at laura.ferguson@va.gov or by phone at 913-946-1962.
    R707--Contract Support Services - RPO-C - RFI
    Buyer not available
    The Department of Veterans Affairs is seeking information from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) regarding their capacity to provide contract support services under the R707 Contract Support Services - RPO-C initiative. The objective of this procurement is to assess market capabilities for contractor support, specifically focusing on contract specialists at various experience levels to assist VA procurement teams without assuming inherently governmental functions. This initiative is crucial for enhancing the VA's procurement processes and ensuring compliance, with contract performance anticipated to span five years, including potential extensions. Interested parties can direct inquiries to Contract Specialist Jesus Reyes at Jesus.Reyes3@va.gov, with no immediate contract awards resulting from this sources sought notice.
    X1FA--Medical Resident Furnished Housing
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking contractors to provide temporary furnished housing for UC Riverside Psychiatry Residents during their rotations at the Tibor Rubin Long Beach VA Hospital in California. The housing must include full corporate amenities and be located within Long Beach, ensuring reasonable living conditions for the residents as they complete short rotations at the facility. This initiative is part of a partnership between the University of California Riverside and the VA, emphasizing the importance of adequate housing for medical residents. Interested contractors must submit their capability statements and relevant company information by February 14, 2025, to Naomi Meza at naomi.meza@va.gov, and must be registered in the System for Award Management (SAM) and the Veteran Small Business Certification (VetCert).
    R602--Courier Service
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for courier services to transport laboratory specimens from the VA Puget Sound Healthcare System to various local facilities. The contract, valued at $34 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a base performance period from June 1, 2025, to May 31, 2026, with four optional yearly extensions through May 31, 2030. This procurement is crucial for maintaining efficient logistical support for veteran healthcare operations, ensuring timely delivery of essential medical specimens. Interested vendors must submit their offers by February 21, 2025, at 1 PM local time, and direct any inquiries to Contract Specialist Nazanin Kreiner at nazanin.kreiner@va.gov or (208) 429-2033.
    G004 - HCHV CERS TRANSITIONALHOUSING WHITE CITY, OR
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to provide Health Care for Homeless Veterans (HCHV) Contracted Residential Services (CRS) in White City, Oregon. The objective of this procurement is to offer interim housing and supportive services to homeless Veterans while they await permanent housing, including 24/7 room and board, nutritious meals, laundry facilities, and therapeutic support tailored to their mental health and substance dependencies. This initiative is crucial for facilitating rehabilitation and successful transitions for homeless Veterans, ultimately aiming to reduce homelessness within this population. Interested parties can contact James Harris at james.harris13@va.gov for further details, with the presolicitation notice indicating the need for compliance with federal regulations and a focus on quality assurance and successful discharge planning.
    X1AA-- Detroit Michigan Vet Center Relocation
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the relocation of the Detroit, Michigan Vet Center, seeking approximately 3,844 to 5,505 rentable square feet of contiguous space. The procurement aims to secure a facility that meets specific requirements for accessibility, security, and operational efficiency, providing essential services to veterans and their families. This initiative reflects the government's commitment to enhancing the quality of care and support for veterans, ensuring that the new center is equipped to deliver readjustment counseling and related services in a professional environment. Proposals are due by March 14, 2025, at 4 PM EST, and interested parties should contact Lease Contract Specialist Kevin Adkins at kevin.adkins@va.gov for further inquiries.
    F999--Sources Sought Notice - Hazardous Waste Removal 5 Year Contract Opportunity - VA Loma Linda Healthcare System
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for a five-year hazardous waste removal service at the VA Loma Linda Healthcare System, as outlined in the Sources Sought Notice (Solicitation Number: 36C26225Q0486). Contractors must demonstrate expertise in hazardous waste management, including compliance with federal and state regulations, and are responsible for the collection, transportation, treatment, and disposal of specified waste types. This procurement is crucial for ensuring the safe and responsible management of hazardous materials in healthcare operations, adhering to health, safety, and environmental standards. Interested parties can contact Contracting Specialist Koby Thiel at Koby.Thiel@va.gov or (520)-792-1450 Ext 1-6273 for further details.