Kidney Transplant Program Hoptel
ID: 36C24726Q0172Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Veterans Affairs is seeking contractors to provide extended-stay hotel accommodations and shuttle services for veterans undergoing kidney transplants at the Ralph H. Johnson VA Health Care System in Charleston, South Carolina. The procurement aims to support veterans who require 4-6 weeks of post-transplant care, which standard hotel accommodations cannot adequately fulfill. This opportunity will be structured as a fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with an estimated need for 20 transplants annually. Interested contractors must respond by January 5, 2026, with relevant business information, including registration with SAM.gov and, if applicable, VetBiz. For further inquiries, contractors can contact Brittney Ferguson at brittney.ferguson@va.gov or Matthew Durden at matthew.durden@va.gov.

    Point(s) of Contact
    Brittney Ferguson
    brittney.ferguson@va.gov
    Matthew Durden
    matthew.durden@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is issuing a Sources Sought Notice for a Kidney Transplant Program Hoptel Accommodations. This notice seeks information from contractors capable of providing extended-stay hotel accommodations and shuttle services for veterans undergoing kidney transplants at the Ralph H. Johnson VA Health Care System in Charleston. Veterans require 4-6 weeks of post-transplant care, for which standard hotel accommodations are unsuitable. The contract will be a fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) agreement, with an estimated need for 20 transplants annually. Interested contractors must respond by January 5, 2026, with their business information, including GSA/FSS/NAC contract numbers if applicable, DUNs, SAM UEI, NAICS code 721110, business size, and type of business (e.g., SDVOSB, VOSB, 8a, HUBZone, woman-owned). Registration with SAM.gov and, if applicable, VetBiz is mandatory. The information gathered may inform a future set-aside solicitation.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    V231--BPA for: WRJ VAMC Lodging
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for lodging services for veterans at the White River Junction Healthcare System in Vermont. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring lodging facilities to be located within 1.2 miles of the VA Medical Center, offering double occupancy, ADA compliance, and pet-friendly accommodations, with services available 24/7. The contract will cover a base year and four option years, running from January 19, 2026, to January 18, 2031, with evaluation criteria based on price, technical capabilities, and past performance. Interested vendors must submit their quotes by January 9, 2026, at 12:00 PM EST, and should contact Contract Specialist Paula Doerfler at Paula.Doerfler@va.gov for further inquiries.
    HCHV Contract Residential Services | Birmingham VAMC | 4 Beds/Day
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Transitional Housing and Health Care for Homeless Veterans (HCHV) Contract Residential Services at the Birmingham VA Medical Center. The contract aims to offer up to four beds per day, totaling 1,460 beds annually, for eligible male and female veterans, including those with mental health and substance abuse issues, while ensuring a drug and alcohol-free environment and compliance with federal regulations. This initiative is crucial for facilitating access to a range of medical, rehabilitative, and employment services for homeless veterans. Interested contractors should contact Matthew Minnick at matthew.minnick2@va.gov or (912) 961-5826 x415826, with a guaranteed minimum contract value of $5,000 and a maximum ceiling of $1,000,000. Proposals must adhere to strict guidelines and be submitted by the specified deadline.
    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.
    V225--Martinsburg VAMC Ground Ambulance Transportation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a five-year Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Ground Ambulance Transportation services to support the Martinsburg VA Medical Center and its associated Community-Based Outpatient Clinics. The contract will encompass a range of services, including Advanced Life Support (ALS), Basic Life Support (BLS), and Critical Care Transport (CCT), available 24/7, with specific requirements for contractor personnel qualifications, vehicle standards, and compliance with federal regulations. This procurement is crucial for ensuring timely and effective medical transportation for veterans in the designated service areas across Pennsylvania, Maryland, Virginia, and West Virginia. Interested contractors should note that the minimum guaranteed contract amount is $1,000.00, with a maximum ceiling of $2,600,000.00, and proposals are due by December 18, 2025, at 1:00 PM EST. For further inquiries, contact Dan Feng Lu at DanFeng.Lu@va.gov.
    G004--VA Long Beach Healthcare System 10-Bed Transitional Housing and Supportive Services Answers to Questions – Amendment 0001
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a 10-Bed Transitional Housing and Supportive Services program at the VA Long Beach Healthcare System in California. This procurement aims to provide essential housing and support services for homeless veterans, including case management, transportation, and mental health treatment, under the Health Care for Homeless Veterans (HCHV) model. The contract, structured as an Indefinite Delivery, Indefinite Quantity (IDIQ) with a maximum value of $4.6 million over five years, emphasizes compliance with ADA and safety standards, and requires contractors to maintain comprehensive records for veterans. Proposals are due by December 31, 2025, at 11:00 AM Pacific Time, and interested parties should contact Rafael Cervantes at rafael.cervantes@va.gov or 562-766-2295 for further information.
    NOTICE OF INTENT TO SOLE SOURCE
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 07, intends to award six sole-source contracts to the Medical University of South Carolina for on-call physician services at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. These contracts, each lasting 12 months, will cover specialties including Gynecology, Orthopedic, Otolaryngology, Plastic Surgery, Urology, and Vascular Surgery, ensuring that care meets or exceeds national standards. This procurement is critical for providing specialized medical services to eligible veterans, with the contract period set from February 1, 2026, to January 31, 2027. Interested parties must submit a capabilities statement by 1:00 PM CDT on December 19, 2025, to Wyona Davis at wyona.davis@va.gov, demonstrating their ability to compete effectively for this opportunity.
    V119--Wheelchair Van Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for wheelchair van services for the Salisbury VA Healthcare System and its associated clinics. The contract will provide non-emergent transportation services 24/7, including weekends and holidays, with a minimum of 15 vans available to meet the needs of eligible veterans, including transportation to various facilities and local airports within North Carolina. Compliance with federal regulations, quality control standards, and specific vehicle and personnel requirements is essential for contractors, who must also utilize the VetRide transportation software for trip requests and invoicing. Interested parties should contact Contract Specialist Kamilah R Nye at Kamilah.Nye@va.gov for further details, and proposals must adhere to the outlined requirements to be considered for the contract.
    G004--RESIDENTIAL BEDS (WOMEN)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking contractors to provide emergency residential services for homeless female veterans at the VA Greater Los Angeles Healthcare System (VAGLAHS). The procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for transitional housing, which will accommodate up to 20 women veterans for a minimum of 30 days, with potential extensions based on clinical needs. This initiative is crucial for addressing the housing, mental health, and substance abuse challenges faced by veterans, supporting their transition to permanent housing through a "Housing First" approach. Interested contractors must submit proposals by December 29, 2025, at 3 PM Pacific Time, and can contact Danielle Carroll at Danielle.Carroll4@va.gov for further details regarding the solicitation, which has a total contract value of up to $8 million over five years.
    J045-- Heating Hot Water Tanks Repair
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 7, is seeking qualified vendors to provide labor, materials, equipment, and supervision for the repair and replacement of heating hot water tanks at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring the replacement of three hot water heaters, one failed tube bundle, and 100 linear feet of associated piping. This project is critical for maintaining reliable hot water services within the medical facility, ensuring the comfort and care of veterans. Interested vendors must submit their quotes by December 18, 2025, at 12 PM ET, and all inquiries should be directed to Contract Specialist Jessica Cummings via email at Jessica.Cummings3@va.gov.
    V212--Baltimore VAMC Wheelchair Van Transportation Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Wheelchair Van Transportation Services at the Baltimore VA Medical Center. This procurement involves a five-year, firm-fixed-price, shared-capacity, multiple-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract, which is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The selected contractor will be responsible for delivering non-emergent wheelchair transportation services 24/7, ensuring compliance with various regulations and maintaining high standards for vehicle safety, driver qualifications, and patient welfare. Interested parties should contact Dan Feng Lu at danfeng.lu@va.gov or 410-691-1141 ext. 41141 for further details, as adherence to COVID-19 precautions and other mandatory requirements will be essential for participation in this opportunity.