V231--Hospital Hotel Services BPA - RFQ Amendment 0001
ID: 36C24124Q0762Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, 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 (VA) issues a combined synopsis and solicitation for commercial vendors to provide comprehensive hotel services for veterans through a Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside program. This initiative aims to enhance the VA CT Healthcare System's capacity to accommodate veterans' lodging needs.

    The primary purpose is to secure comfortable and accessible hotel accommodations, offering a supportive environment for veterans requiring medical care. The VA seeks a flexible solution for a dynamic occupancy rate, estimated at around 192 veterans annually, with the potential for multiple hotel locations. This procurement seeks a tailored approach to veterans' individual requirements, including accessible rooms and complimentary services.

    The Statement of Work requires vendors to manage and operate hotel facilities, providing a full range of services, including accommodations, catering, and associated amenities. Vendors must adhere to VA regulations and ensure efficient, high-quality hospitality. The VA emphasizes the need for timely and efficient services, with a focus on veteran satisfaction.

    To be eligible, interested businesses must register on SAM.gov and VetCert, following the instructions provided in the solicitation documents. Pricing details should be submitted as outlined in the attachments, with particular attention to the evaluation criteria specified therein.

    The VA encourages SDVOSBs to submit quotations by the extended deadline of 9:00 a.m. EST on August 12, 2024. The Contracting Officer, Tara Dossiema, is available for clarification and can be contacted via email.

    The VA will evaluate quotations based on price, technical merit, and past performance, aiming to award the most advantageous contract. The selected vendor will enter into a Blanket Purchase Agreement (BPA) for a base period of four years, with potential extensions.

    Point(s) of Contact
    Tara DossiemaContracting Officer
    603-624-4366 x5129
    Tara.Dossiema@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) seeks quotations for hospital hotel services through a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. The VA aims to contract these commercial services for its healthcare facilities. This combined synopsis and solicitation follow FAR subpart 12.6 guidelines. The Statement of Work details the requirement for vendors to provide hospitality services, including guest rooms, catering, and related amenities, at the VA CT Healthcare System in West Haven, Connecticut. Vendors must carefully adhere to the evaluation criteria outlined in Attachment 1, which specifies pricing details and evaluation factors. Interested SDVOSB must register on SAM.gov and VetCert to be considered. The response deadline is 12:00 PM ET on August 7, 2024, and the contract award decision is at the discretion of the Contracting Officer, Tara Dossiema.
    The Department of Veterans Affairs issues an amended solicitation for commercial vendors to provide hotel services for veterans through a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside program. The primary objective is to procure comprehensive hospitality services, enhancing the current VA CT Healthcare System's capabilities. This amendment extends the response deadline to August 12th, 2024, and adds clarification on expectations and evaluation criteria. The Statement of Work details a requirement for vendors to manage and operate a facility, providing a full range of hotel services, including accommodations, catering, and associated amenities. The focus is on delivering efficient, high-quality services to veterans and ensuring compliance with VA regulations. Vendors interested in this solicitation must register on SAM.gov and VetCert, adhering to the instructions mentioned in Attachment 1. Pricing should be submitted on the designated page, with the evaluation criteria outlined in the provision section. The Contracting Officer, Tara Dossiema, can be contacted for further clarification. The amended solicitation emphasizes the VA's commitment to supporting service-disabled veteran businesses while ensuring the provision of essential hospitality services for veterans seeking medical care.
    The VA Connecticut Healthcare System seeks a Service-Disabled Veteran Owned Small Business (SDVOSB) to provide "hoptel" services, which involve supplying hotel rooms for medically stable veterans traveling far distances for medical appointments. The goal is to establish a Blanket Purchase Agreement (BPA) for these services. The selected vendor will coordinate with VA personnel to accommodate veterans' lodging needs, following specific requirements. These include providing double occupancy, handicapped-accessible rooms within five miles of the West Haven VAMC, with no physical barriers. The rooms should also offer complimentary services like shuttle transport and breakfast. This RFP outlines performance expectations, including check-in procedures, veteran responsibilities, and complaint management. Vendors must submit quotations covering price, technical capabilities, and past performance by the deadline for the VA to consider their application. The potential BPA period is five years.
    The VA Connecticut Healthcare System seeks quotes for a Hospital Hotel (Hoptel) Services Blanket Purchase Agreement. Quotations are invited for the provision of hotel stays, specifically double occupancy rooms within five miles of the West Haven VAMC. The base contract period is four years, with potential for extensions. Hotels must be accessible to authorized VA personnel and provide reasonable accommodations for veterans traveling for medical appointments. This procurement follows FAR subpart 12.6 guidelines and emphasizes the need for timely and efficient services. Vendors must submit quotations by the deadline, including pricing details and capabilities to meet performance requirements. The evaluation process will consider price, technical merit, and past performance. The VA aims to award a contract based on the most advantageous offer, with submissions due by August 7, 2024.
    The primary objective of this procurement is to secure hotel accommodations for veterans, offering a flexible and supportive environment. The government seeks a variety of room configurations, including those accessible to individuals with disabilities. Estimated at approximately 192 veterans annually, the requirement is for a dynamic solution billed based on actual occupancy. This new contract aims to provide a reasonable and suitable stay experience for veterans, with some responsibilities like transportation during business hours being undertaken by the veterans themselves. The scope includes determining the required number of rooms on a case-by-case basis, offering a tailored approach, and contractors will have the flexibility to propose more than one hotel location. Key dates and contract specifics are yet to be determined, and the request allows for third-party travel management companies to respond. Evaluation criteria were not provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    V231-- VETERAN LODGING
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide lodging services under the title "V231-- VETERAN LODGING" as part of a Sources Sought notice. The procurement is aimed at identifying potential sources, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), that can meet the requirements for lodging services in Wichita, Kansas. This initiative is crucial for supporting veterans' needs and ensuring they have access to appropriate accommodations. Interested parties are encouraged to respond by submitting the required information, including the completed "Sources Sought – Contractor Information Form," to Contracting Officer Greg McMillan at Gregory.McMillan@va.gov by 09:00 a.m. Central Standard Time on September 13, 2024.
    Lodging Rooms
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for lodging accommodations, specifically 425 nights of furnished hotel or motel rooms annually, for staff participating in New Employee Orientation (NEO) at the James H. Quillen VA Medical Center in Mountain Home, Tennessee. The procurement requires a single hotel location within a 5-mile radius of the medical center, ensuring compliance with federal standards, including accessibility and safety regulations, while maintaining smoke-free accommodations and necessary amenities. This opportunity is set aside for small businesses and consists of five one-year ordering periods from September 2024 to September 2029, with room rates required to be at or below government per diem rates. Interested parties must submit their quotations electronically by September 20, 2024, and can contact Preston Gerretse at preston.gerretse@va.gov for further information.
    G004--NEW REQUIREMENT/HEALTHCARE FOR HOMELESS VETERANS- RESPITE/NEW BASE PLUS FOUR (VA-25-00004914)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a contract to provide Medical Respite Residential Services for homeless veterans in Columbia, South Carolina. The contract, which spans five years from October 15, 2024, to October 14, 2029, aims to offer recuperative care, including room and board for up to five veterans daily, alongside essential medical services such as on-site nursing and medication management. This initiative is crucial for ensuring safe housing and continuity of care for vulnerable veterans transitioning from homelessness, with a total award amount of $19 million. Interested parties should contact Contracting Specialist William Prenzler via email at william.prenzler@va.gov for further details and must comply with all solicitation requirements, including the recent amendment regarding inspection prerequisites.
    G099--Low Demand Safe Haven Program
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the Low Demand Safe Haven Program, aimed at providing transitional housing for homeless veterans with severe mental illnesses in the Baltimore area. This program is designed to serve veterans who are hard to reach and may be unwilling or unable to engage with traditional services, offering a low-barrier, non-threatening environment that focuses on stabilization and gradual reintegration into supportive services. The contract includes provisions for 24/7 staffing, meals, medication monitoring, and individual case management, with a total compensation of up to $19 million over a base year and four optional extensions. Interested vendors must submit their proposals by September 20, 2024, at 4:00 PM Eastern Time, and can contact Veronica B. Dillard at veronica.dillard@va.gov for further inquiries.
    G004--Central MA 16 Bed Emergency Shelter: Health Care for Homeless Veterans Emergency Housing Contract
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide a 16-bed emergency shelter as part of the Health Care for Homeless Veterans (HCHV) program in Central Massachusetts. This Sources Sought notice aims to identify potential sources capable of delivering temporary shelter services that meet the outlined requirements, which are critical for assisting homeless veterans in accessing supportive services and improving their overall health and housing situations. Interested parties are invited to submit their capability statements by September 9, 2024, to the Contract Specialist, Carissa Sarazin, at carissa.sarazin@va.gov. Vendors must also be registered in the System for Award Management (SAM) to be eligible for future contracts resulting from this notice.
    V231--CTX Psychiatry Resident Extended Hotel Stay
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified contractors to provide extended hotel accommodations for Health Professions Trainees (HPTs) associated with the Psychiatry Department of Texas A&M Health Science Center at the Central Texas Veterans Health Care System in Temple, Texas. The contract requires lodging facilities within a ten-mile radius of the medical center, accommodating trainees who may need temporary relocation for training periods of up to six months. This initiative is crucial for supporting the professional development of psychiatry residents while ensuring compliance with federal guidelines and providing necessary logistical support. Interested vendors must submit their proposals by the specified deadlines, and for further inquiries, they can contact Rafael A. Rodriguez at Rafael.Rodriguez2@va.gov or by phone at 787-781-8700.
    R799--EUL Support for Prospective Projects COR: Dustin Koonce
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to solicit offers for a Firm-Fixed-Price contract to provide Extended Use Lease (EUL) Support for Prospective Projects, aimed at enhancing supportive housing and commercial spaces that benefit veterans. The contractor will be responsible for conducting real property market and financial analyses, evaluating underutilized VA assets, and facilitating strategic support for project implementation, ensuring compliance with federal guidelines. This initiative is crucial for maximizing the use of VA real estate resources to create long-term benefits for veterans through public-private partnerships. The solicitation is set to be issued around August 23, 2024, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 541611, with a size standard of $24.5 million. Interested parties should direct inquiries to Contract Specialist Steve Mock at Steven.Mock@va.gov and monitor SAM.gov for updates.
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO 5 - MATOC II, a Multiple Award Task Order Contract (MATOC) aimed at construction services across various VA facilities in Maryland, Washington D.C., and West Virginia. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a range of construction-related services, including maintenance, repair, and upgrades to healthcare facilities, with a performance period of five years and a maximum task order limit of $1,000,000. The initiative underscores the VA's commitment to enhancing veteran healthcare infrastructure while ensuring compliance with federal contracting standards, including security and wage regulations. Interested contractors must submit their proposals by October 21, 2024, at 11:00 AM Eastern Time, and can direct inquiries to Contracting Officer Lisa M. Lake at lisa.lake2@va.gov or by phone at 304-263-0811 x3233.
    J065-- Acute Care Bed Maintenance BPAs CO: Jeff Hansen
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a solicitation for a Service-Disabled Veteran-Owned Small Business to enter into a Blanket Purchase Agreement for the maintenance and repair of medical equipment across multiple facilities in the Western States Network Consortium. The focus is on acute care beds and their specialized servicing, catering to diverse patient needs. The chosen vendor will ensure the prompt and efficient maintenance of these beds, stretchers, mattresses, and gurneys, with work encompassing inspection, servicing, and emergency repairs. Technical expertise is a priority, with manufacturer-certified technicians required to service a wide range of bed types, utilizing original equipment manufacturer parts. With a five-year contract value estimated at $34 million, this procurement is an organized, comprehensive approach to meeting the healthcare needs of the VA facilities. Offer proposals must be submitted by September 18, 2024, 5:00 PM PDT, and will be evaluated based on timely performance, professionalism, and quality of service. Vendors must propose competitive pricing strategies to be considered for these extensive contracts, which cover large geographic areas.
    Z--ESPC IDIQ (VA-19-00001743)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is opening a new round of applications for its Energy Savings Performance Contract (ESPC) Indefinite Delivery Indefinite Quantity (IDIQ) contract, VA-19-00001743, seeking additional Service Disabled Veteran Owned Small Businesses (SDVOSBs) for potential inclusion. This opportunity focuses on enhancing energy efficiency in VA facilities. SDVOSBs interested in joining the IDIQ contract vehicle must submit proposals by the extended deadline of January 11th, 2022, adhering to the instructions detailed in Sections L and M of the RFP. The VA seeks to procure energy savings and related services from qualified ESCOs through this SDVOSB set-aside, aiming to add multiple new contractors to the existing IDIQ. Applicants must meet minimum qualifications and evaluation criteria while ensuring compliance with COVID-19 screening requirements. The VA's commitment to energy efficiency improvements drives this procurement process, with the department encouraging interested parties to carefully review the solicitation's amendments. Applicants should submit Volumes 1 to 3 as specified, acknowledging the amendments and adhering to the extended deadline. Key contacts for this opportunity are Nathan Pennington (nathan.pennington@va.gov) and Danielle Mills (Danielle.Mills@va.gov), and the funding amount is approximately $23 million.