V231--NEW York Hoptel
ID: 36C24925Q0202Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, 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 (SDVOSBC) for lodging services at the Alvin C. York VA Medical Center in Murfreesboro, Tennessee. The contract requires the provision of 21 furnished hotel rooms on a weekly basis, with strict adherence to safety and accessibility regulations, including compliance with the Americans with Disabilities Act (ADA) and fire safety standards. This procurement is crucial for ensuring quality lodging services that support the care of veterans, with a contract term consisting of a base year and four optional extension years. Interested vendors should submit their quotes online by May 3, 2025, and can contact Contracting Officer Diane Ziegler at diane.ziegler@va.gov or 615-225-6479 for further information.

    Point(s) of Contact
    Diane ZieglerContracting Officer
    (615) 225-6479
    diane.ziegler@va.gov
    Files
    Title
    Posted
    The document serves as a combined synopsis and solicitation notice from the U.S. Department of Veterans Affairs (VA) for lodging services at the Alvin C. York VA Medical Center in Murfreesboro, TN. It outlines a Request for Quotations (RFQ) for commercial hotel services intended exclusively for Service Disabled Veteran Owned Small Businesses (SDVOSBC). The contract seeks a provider for 21 furnished hotel rooms weekly, with specific daily requirements, and emphasizes compliance with applicable regulations, including ADA standards for accessibility and safety codes. Key provisions include required transportation services for veterans, adherence to sanitary conditions, and a detailed Statement of Work outlining the operational standards to be met, such as room service and maintenance standards. The contract spans a base year (2025-2026) with four optional extension years. Vendors are instructed to submit online quotes, adhering to specified guidelines and deadlines, with evaluation based on price, technical capability, and past performance. The overall goal is to secure reliable, quality lodging services that support the VA's commitment to veteran care, while ensuring regulatory compliance and high service standards.
    This document is an amendment to a combined solicitation for the York Veteran Affairs Medical Center (VAMC) Hoptel, classified under solicitation number 36C24925Q0202, with a response deadline set for May 3, 2025. The contract is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside and is associated with the North American Industry Classification System (NAICS) code 721110. The contracting office is located in Murfreesboro, TN, and the point of contact is Diane Ziegler, who can be reached via email. A key piece of information revealed in the document is that there is currently an incumbent contract in place, numbered 36C24924P1155. The amendment addresses potential inquiries from contractors, specifically clarifying whether the solicitation pertains to a new contract or if an incumbent is already performing the required services. This suggests that the agency is maintaining communication with potential bidders to ensure clarity regarding the existing contract status as it pertains to competitive bidding opportunities. The document emphasizes compliance with federal contracting guidelines and the VA's efforts to engage specified business categories for upcoming solicitations.
    The VA Tennessee Valley Healthcare System has implemented a detailed Hotel Inspection Environmental Health and Water Intrusion Checklist aimed at assessing facilities for potential water intrusion and other health-related issues. Inspections should be performed quarterly and focus on various aspects including evidence of leaks, cracks, and discoloration around windows and doors, as well as issues in the roof, plumbing, and overall sanitation. Key criteria for evaluation include checking for signs of moisture intrusion such as water-stained ceilings or floors, damaged caulking, termite damage, and the condition of air conditioning units. Additional considerations involve the presence of mold odors, public safety hazards, and sanitation or insect issues. This proactive approach ensures the maintenance of safe and healthy environments within VA facilities, aligning with broader governmental standards for health and safety in public buildings.
    The Fire Safety Inspection Report outlines requirements for existing hotel and dormitory facilities according to Chapter 29 of the Life Safety Code (NFPA 101-2012). The document serves as a checklist to ensure compliance with fire safety standards, detailing occupancy definitions and outlining necessary means of egress, fire protection systems, and emergency plans. Key areas include provisions for means of escape from guest rooms, requirements for fire exit doors, and guidelines for emergency lighting. It emphasizes the need for automatic sprinkler systems, smoke alarms, and regular inspections of fire extinguishers. The report also addresses emergency protocols for staff and residents, mandating quarterly drills and clear emergency instructions. Adherence to these standards is critical for ensuring safety in hotel and dormitory settings, paving the way for government RFPs and grants related to fire safety compliance and building renovations. Overall, the report underscores the importance of fire safety measures in protecting occupants and maintaining regulatory compliance within these types of facilities.
    This document, a Wage Determination under the Service Contract Act by the U.S. Department of Labor, outlines the minimum wage rates and fringe benefits for contractors and subcontractors working in Tennessee. It specifies that contracts awarded after January 30, 2022, must pay at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must meet a minimum of $13.30 per hour unless higher wage rates are applicable as per this determination. Various occupations are listed along with their corresponding wage rates, detailing requirements for fringe benefits such as health and welfare, vacation, and holidays. The document also addresses compliance with Executive Order 13706 concerning paid sick leave and mandates specific procedures for classifying and compensating unlisted job classifications under the conformance process. The overarching aim is to ensure fair compensation and adherence to labor standards within federal contracts. The document serves as a guideline for contractors in managing wage obligations and worker protections, integrating federal wage policies with state-level implementations.
    Lifecycle
    Title
    Type
    V231--NEW York Hoptel
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    C1DA--626A4-26-201 A/E Replace Domestic Water Fire Mains and Main Backflow Devices
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 9, is seeking qualified architectural and engineering firms for the project titled "Replace Domestic Water/Fire Mains and Main Backflow Devices" at the VA Tennessee Valley Healthcare System in Murfreesboro, TN. The project involves the replacement of approximately 30,000 linear feet of water mains and main backflow stations, along with necessary electrical and structural work, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This initiative is crucial for ensuring the reliability and safety of the facility's water systems, with an estimated construction budget ranging from $1,000,000 to $2,000,000. Interested firms must submit their SF330 forms electronically by December 18, 2025, at 1:00 PM Central Time, and can direct inquiries to Contract Specialist Michael R. Brown at Michael.brown1305@va.gov or by phone at 615-225-5975.
    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.
    X1DB--New Maryville CBOC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a fully serviced, turnkey lease of a minimum of 7,500 to 7,874 ABOA square feet of contiguous space for a new Community Based Outpatient Clinic (CBOC) in Maryville, TN. The selected Lessor will be responsible for all costs associated with the lease, including shell upgrades, operating costs, real estate taxes, and security enhancements, as well as designing and constructing Tenant Improvements. This facility is crucial for providing healthcare services to veterans, and the lease term will be for up to 10 years, with a firm period of 5 years. Proposals are due by December 19, 2025, at 3:00 PM Central Time, and interested parties should direct any questions to Contract Specialist Scheronica Cochran at scheronica.cochran@va.gov by December 2, 2025.
    Z1DA--621-23-104 - Relocate Police Dispatch
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the relocation of Police Dispatch at the James H. Quillen VA Medical Center in Mountain Home, Tennessee, under project number 621-23-104. The project entails the complete preparation of the site for building operations, including demolition and removal of existing structures, and the provision of labor and materials as specified in the drawings and specifications. This construction project, categorized under NAICS Code 236220 for Commercial and Institutional Building Construction, has an estimated value between $1,000,000 and $2,000,000 and is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties should note that the solicitation is expected to be released around December 12, 2025, and must direct any questions to Contract Specialist Brian Bentley at Brian.Bentley@va.gov or (615) 225-6896.
    Q201--NEW Dyersburg CBOC Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Community Based Outpatient Clinic (CBOC) services in Dyersburg, Tennessee, under Solicitation Number 36C24925R0056. The contract, which is an Indefinite-Delivery Indefinite-Quantity (IDIQ) agreement, includes a one-year base period with nine option periods, a guaranteed minimum of $500,000, and a ceiling of $47 million. The selected contractor will be responsible for providing primary and mental healthcare services, ensuring compliance with VA performance and quality standards, and maintaining a clinic facility within 10 miles of a hospital with emergency services. Interested parties must direct inquiries to Contract Specialist Laura Edelman at Laura.Edelman@va.gov, with a focus on submitting proposals that meet the detailed deliverables and reporting requirements outlined in the associated documents by the specified deadlines.
    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.
    Kittery/Portsmouth Lodging
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting bids for lodging services in Kittery, Maine, specifically to secure 50 double-occupancy rooms nightly for 135 nights from February 1 to June 15, 2026. The contract, which is set aside for small businesses, requires accommodations that meet specific safety and service standards, including room specifications, weekly maid service, and compliance with fire safety regulations. This procurement is essential for providing safe and comfortable lodging for sailors stationed at the shipyard. Quotes are due by December 20, 2025, at 5:00 PM EST, and interested vendors must be registered in SAM and submit their proposals via email. For further inquiries, contact Alyssa Cress at alyssa.a.cress.civ@us.navy.mil or call 207-994-0740.
    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.
    Q201--NEW Savannah CBOC Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Community Based Outpatient Clinic (CBOC) services in Savannah, Tennessee, under solicitation number 36C24925R0057. The contract aims to provide primary and mental health care services to veterans, with a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) agreement that includes a one-year base period and nine option periods, totaling an estimated award amount of $25.5 million. The contractor is required to adhere to specific VA performance and quality standards, including staffing requirements for a Patient Aligned Care Team (PACT) and compliance with various reporting and operational guidelines. Interested parties must submit their proposals by January 7, 2026, and direct any inquiries to Contract Specialist Olivia Cloutier at olivia.cloutier@va.gov.
    M1LZ--Valet and Two (2) Separate Parking Lot Attendants
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, has issued a solicitation for valet and parking lot attendant services at the Northport VA Medical Center in New York. The contract, which is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires continuous coverage for three parking lots, with specific staffing requirements including a minimum of five attendants for valet services and one attendant for monitoring other lots. This service is crucial for ensuring efficient vehicle management and adherence to VA regulations, with a contract period starting from October 1, 2025, and extending through four optional years. Interested contractors must submit their proposals by September 17, 2025, at 10:00 AM EDT, and can direct inquiries to Contract Specialist Dolores Sachuk-Thompson at Dolores.Sachuk-Thompson@va.gov.