South Texas VA hotel/motel lodging and transportation
ID: 36C25725Q0402Type: Combined Synopsis/Solicitation
AwardedJul 22, 2025
$822.7K$822,731
AwardeeIV PROPERTIES LLC SAN ANTONIO 78230
Award #:36C25725D0046
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)San Antonio, TX, 78240, USA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL (V231)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for hotel lodging and transportation services in South Texas, as outlined in solicitation 36C25725Q0402. The contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ), requires service providers to offer accommodations within a five-mile radius of specified VA medical centers, with multiple ordering periods from May 25, 2025, to May 24, 2030. This procurement underscores the VA's commitment to supporting small businesses while ensuring efficient service delivery to veterans. Interested parties must submit inquiries to the contracting officer, Rafael Rodriguez, at Rafael.Rodriguez2@va.gov by May 6, 2025, and proposals by May 15, 2025, while acknowledging all amendments in their submissions.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to a federal solicitation (36C25725Q0402) issued by the Department of Veterans Affairs for hotel lodging and transportation services in South Texas. It serves as an amendment to provide corrected information, especially regarding the point of contact's email. The contracting opportunity is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with the associated NAICS code being 721110 for hotels and motels. The proposal requires service providers to offer accommodations within a five-mile radius of specified VA medical centers. The contract has multiple ordering periods spanning from May 25, 2025, to May 24, 2030. Interested parties must submit inquiries to the contracting officer by May 6, 2025, and proposals by May 15, 2025. All amendments to the solicitation must be acknowledged in the submissions. The continuation of efficient service to veterans highlights the VA's commitment to fostering small business participation while meeting its logistical needs through this solicitation.
    The file pertains to the solicitation of quotes from contractors for government projects, emphasizing the importance of providing clear and detailed proposals. Contractors must submit their quotes on official letterhead by the specified deadline and include essential information such as business name, contact details, unit and total prices, as well as socioeconomic status. Failure to include required details, like discount terms and registration numbers, may result in a quote being deemed nonresponsive. Additional guidance is provided regarding the completion of annual representations and certifications, depending on whether they have been done electronically. The document underscores the necessity for a compelling rationale within proposals to effectively convey how the requirements will be met, aligning with the standards expected in federal and state RFP processes.
    The document details the requirements for a vendor's proposal to provide lodging services for Veterans authorized by the South Texas Veterans Health Care System. Compliance with specific criteria is essential, including the location of rooms, adherence to local codes, quiet environment, provision of utilities, and accessibility for individuals with disabilities. Extended hotel rooms must include kitchen amenities and cater to both Veterans and their accompanying family members or caregivers. The lodging facility must be situated within five miles of designated medical centers and offer complimentary transportation from the hotel to these facilities, operating between 7:00 A.M. and 11:00 P.M. Additional requirements encompass car parking availability, 24-hour check-in, and adherence to fire safety and health regulations. The contractor is required to maintain cleanliness standards, provide housekeeping services, and ensure a pest-free environment. This comprehensive questionnaire aims to ensure that the selected lodging facility meets the varied needs of Veterans while prioritizing health, safety, accessibility, and compliance with relevant laws and standards.
    The document outlines solicitation number 36C25725Q0402, issued by the Veterans Affairs South Texas Health Care System (VANTHCS) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract focuses on securing hotel/motel lodging and transportation services for patients visiting the Audie L. Murphy VA Medical Center and MD Anderson Medical Center, adhering to the Americans with Disabilities Act. The procurement aims to support service-disabled veteran-owned small businesses through a total set-aside for SDVOSBs, aligning with a specific NAICS code (721110). VANTHCS will accept quotes until May 15, 2025, for varying quantities of lodging: rooms with full kitchens for 2,196 patients, standard rooms for 1,464 patients, and services for 1,200 patients at MD Anderson. The contract spans five ordering periods from May 2025 to May 2030, with minimum and maximum order limitations outlined. Compliance with various insurance and subcontracting conditions is emphasized, along with potential penalties for misrepresentation of SDVOSB status. This solicitation reflects the VA's initiative to enhance service delivery for veterans and uphold regulatory guidelines for government contracts.
    The Performance Work Statement (PWS) outlines the requirements for a contract aimed at providing hotel/motel lodging and transportation for authorized veteran patients and their caregivers from the South Texas Veterans Health Care System (STVHCS) in San Antonio and Houston, TX. The contract specifies a total minimum of 3,660 rooms annually in San Antonio and an estimated 1,200 rooms for Houston, with detailed performance criteria that include ADA compliance, cleanliness, and accessibility standards. Lodging facilities must provide utilities, housekeeping services, and transportation to medical centers. Invoices will be processed monthly, the contractor must adhere to relevant federal and local regulations, and direct contact with patient health information is prohibited. The objective is to ensure veterans have safe and accessible accommodation during their medical visits while maintaining compliance with federal regulations, enhancing operational efficiency, and prioritizing veteran care.
    Similar Opportunities
    V226--Non Emergent Patient Transportation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for Non-Emergency Medical Transportation services for the Saginaw VA Medical Center, as outlined in solicitation number 36C25026Q6552. The procurement is specifically set aside for Veteran-Owned Small Businesses (VOSB) and aims to provide essential transportation services for patients, utilizing the VA’s VetRide ordering system. This contract, valued at approximately $19 million, will cover a base period and four ordering periods from February 2026 to January 2031, with specific requirements for labor, materials, vehicles, and compliance with federal regulations. Interested companies must submit their offers, including a Past Performance Questionnaire and wage determination compliance documents, by December 29, 2025, with questions due by December 23, 2025. For further inquiries, contact Contracting Officer Robert Bolcavage at robert.bolcavage@va.gov or 937.469.1228.
    Q702--El Paso Health Care Center IOT&A
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotes for Initial Outfitting, Transition, and Activation (IOT&A) services for the new El Paso Health Care Center (HCC) in El Paso, TX. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, aimed at facilitating the operational readiness of a facility that will provide a comprehensive range of healthcare services to Veterans, including Prosthetics, Primary Care, and Surgical Services within approximately 492,996 usable square feet. The contract will be firm-fixed-price with an estimated performance period of 39 months, and the solicitation is expected to be posted around February 9, 2026, with a closing date of March 5, 2026. Interested parties can direct inquiries to Michele Laser at michele.laser@va.gov or Mercedes Blanton at mercedes.blanton@va.gov.
    V225--Ambulance Service | Follow on Base 3 | Start: 3/1/26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses for ambulance services at the Dayton VA Medical Center, with the contract set to commence on March 1, 2026. The procurement includes Advanced Life Support (ALS) and Basic Life Support (BLS) services, covering a base period until October 31, 2026, with options for two additional one-year periods. These services are critical for providing timely medical transportation to veterans, ensuring compliance with federal regulations and safety standards. Interested vendors must submit their quotations by December 19, 2025, at 1 PM EST, and can contact Contracting Officer Robert Bolcavage at robert.bolcavage@va.gov for further details.
    X1DB--Department of Veterans Affairs Notice of Intent to Sole Source Harlingen, TX
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking expressions of interest for a long-term lease of approximately 125,804 to 182,416 rentable square feet of clinical space, along with 750 parking spaces, in Harlingen, Texas. The current lease for 120,000 net usable square feet is set to expire on September 30, 2030, and the VA is considering relocation if it proves economically advantageous. This procurement is critical for the VA's operational needs, as it aims to secure a facility that meets specific zoning and safety requirements, including being outside of a 100-year flood plain and not containing residential quarters. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and Veteran Owned Small Businesses (VOSBs), are encouraged to submit detailed property information by December 15, 2025, at 5:00 PM Eastern Time, with inquiries directed to Realty Specialist John (Ben) Tiner at john.tiner@va.gov or 720-219-8460.
    Open and Continuous Community Nursing Home RFQ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified providers to submit quotes for the Open and Continuous Community Nursing Home Request for Quotes (RFQ) in Texas. This procurement aims to establish multiple Indefinite Delivery Contracts (IDCs) for nursing services to eligible veterans, with an estimated total value of $34 million over a base year and four option years, ensuring compliance with federal and state regulations and certification for Medicare and Medicaid. The initiative is critical for delivering quality nursing care to veterans, utilizing the Patient Driven Payment Model (PDPM) for pricing, and emphasizing adherence to safety and quality standards. Interested parties can contact Michelle Cunningham at michelle.cunningham@va.gov or Francisco Mendoza at francisco.mendoza@va.gov for further details.
    Real Time Location Environmental Monitoring System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is soliciting proposals for a Real Time Location Environmental Monitoring System to be implemented across various healthcare facilities in Texas. The contractor will be responsible for providing an automated continuous environmental monitoring system, which includes support and maintenance services, to ensure compliance with VHA Directives regarding temperature, humidity, and differential pressure monitoring. This system is crucial for maintaining optimal conditions in medical environments, particularly in areas such as sterile processing and laboratory functions. The contract, identified by Solicitation Number 36C25726Q0120, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will span from January 18, 2026, to January 17, 2031. Interested parties should contact Melanie Williams at melanie.williams5@va.gov or 210-694-6378 for further details.
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17," which involves the reconfiguration and renovation of the old laundry facility at the Waco VA Medical Center in Texas. The project aims to convert the facility into offices and shops for engineering tradesmen, administrative, and professional staff, requiring comprehensive work on electrical, mechanical, plumbing, IT, and other systems. This procurement is significant as it supports the operational needs of the Central Texas Veterans Health Care System, with a contract value estimated between $5 million and $10 million. The solicitation is set to be released on or about November 28, 2025, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses. Interested parties can contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or (210) 883-5654 for further information.
    Z2DA--36C25726R0043 | 594A4-22-221 Renovate Halls and Walls DOM
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the renovation of halls and walls at the Sam Rayburn Memorial Veterans Center in Bonham, Texas, under project number 594A4-22-221. This project involves comprehensive construction services to upgrade finishes in domiciliary hallways and patient rooms, covering approximately 61,500 square feet, including the installation of floors, walls, door jamb finishes, and associated interior lighting. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project magnitude estimated between $1,000,000 and $5,000,000. Interested contractors should note that a request for proposal (RFP) will be issued around December 16, 2025, and a site visit is scheduled for January 06, 2025, at 10:00 AM (CDT). For further inquiries, contact Contract Specialist Cassandra King at cassandra.king@va.gov or by phone at 254-899-6023.
    Boiler / Chiller Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Maintenance Services at the Garland VA Medical Center in Texas. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a range of services including testing, inspections, preventative maintenance, corrective repairs, and emergency services over a base year and four one-year option periods, extending from March 2026 to March 2031. These services are critical for ensuring the safe and efficient operation of the facility's heating and cooling systems, which are vital for patient care and operational continuity. Interested contractors should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details, and must adhere to specific requirements outlined in the solicitation, including the provision of a qualified project coordinator and certified technicians.
    V231--Hoptel Lodging Services, Birmingham VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 07, is seeking qualified vendors to provide Hoptel Lodging Services for the Birmingham VA Medical Center, aimed at accommodating VA beneficiaries authorized for overnight stays under the VA Hoptel Program. The contractor will be responsible for offering temporary lodging, including up to six standard double, handicap-accessible rooms daily, along with shuttle services to and from the medical center and surrounding facilities. This initiative is crucial for ensuring that veterans have access to comfortable and compliant lodging during their medical visits, with a contract structure that includes a one-year base period and four one-year option periods. Interested vendors must submit their responses, including company details and anticipated rates, to Lasonja Harvey at Lasonja.harvey@va.gov by December 18, 2025, at 2:00 PM ET, as this notice is for market research purposes only and not a solicitation for quotes.