V231-- TRANSPLANT LODGING
ID: 36C24923R0157Type: 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

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the provision of transplant lodging services, specifically requiring a contractor to supply 450 fully furnished hotel/motel suites with kitchenettes for eligible veteran patients undergoing transplant procedures at the Tennessee Valley Healthcare System Medical Center in Nashville, TN. The contract, which spans from February 1, 2024, to January 31, 2025, with options for four additional years, emphasizes the need for accommodations that meet ADA standards, on-call transportation, and comprehensive service provisions including meals, ensuring a supportive environment for veterans during their treatment. Interested small businesses must submit their proposals by December 21, 2023, and can direct inquiries to Contract Specialist Michael Edwards at michael.edwards2@va.gov or by phone at 615-225-5506.

    Point(s) of Contact
    Michael EdwardsContract Specialist
    (615) 225-5506
    michael.edwards2@va.gov
    Files
    Title
    Posted
    The government document outlines a Request for Proposal (RFP) for Patient Transplant Medical Lodging Services, managed by the Department of Veterans Affairs. It requires a contractor to provide 450 fully furnished hotel/motel suites with kitchenettes weekly for eligible veteran patients undergoing transplant procedures at the Tennessee Valley Healthcare System Medical Center in Nashville, TN. The contract spans from February 1, 2024, to January 31, 2025, with optional extensions for four additional years. Detailed specifications include daily room requirements, amenities such as on-call transportation to the medical center, and compliance with ADA standards. The rooms must accommodate special needs, ensuring accessibility and comfort. The contractor must manage reservations, invoicing, and complete maintenance of all facilities while adhering to strict health and safety codes, including air quality standards and pest control. The agreement emphasizes the necessity of emergency accommodations, transportation logistics, and comprehensive service provisions including breakfast for occupants, reinforcing the VA's commitment to supporting transplant patients during their treatment duration. The project illustrates a vital investment in veteran care, integrating logistical and facility management within a structured contractual framework.
    This document serves as an amendment to a pre-solicitation for lodging services related to medical transplant programs managed by the Department of Veterans Affairs (VA). The key points outlined include an extension of the proposal submission deadline to December 14, 2023, and clarification regarding the submission of past performance questionnaires, which can now be included with the proposal. The required accommodations involve a minimum of 450 rooms across possibly multiple locations, with at least four ADA-compliant rooms available daily. Additional detailed questions from potential bidders are addressed, including the necessity of kitchenettes, flexibility in room spacing, and how patient requirements influence room bookings. Importantly, the closing date for submissions was corrected to resolve previous inaccuracies, and the competition is set aside for small businesses. The document emphasizes that adherence to the outlined Project Work Statement (PWS) is paramount in the bidding process. Overall, it reflects the VA's intent to secure appropriate lodging solutions, ensuring that accommodation needs are met for veterans undergoing treatment while maintaining compliance with federal procurement standards.
    The document is an amendment notification regarding a solicitation from the Department of Veterans Affairs, specifically administered by Network Contracting Office 9. The primary purpose of this amendment is to extend the closing date for offers until December 21, 2023, at 9:00 AM CST. The document outlines the necessary procedures for offerors to acknowledge receipt of the amendment, emphasizing the importance of sending acknowledgment before the specified time to avoid rejection of their offers. It mentions that the terms of the original solicitation or contract remain unchanged except for the specified extension. The amendment directs contractors to ensure compliance with administrative changes and includes contact details for the Network Contracting Office. This document contributes to the transparency and efficiency of the government contracting process, ensuring that all potential contractors are aware of changes in deadlines that affect their submissions.
    The document outlines the wage determination under the Service Contract Act (SCA) by the U.S. Department of Labor, particularly Wage Determination No. 1996-0321, Revision No. 52, effective as of September 7, 2023. It establishes minimum wage rates for specific job classifications within Kentucky and Tennessee, including wage protection under Executive Orders 14026 and 13658. For contracts awarded after January 30, 2022, workers must be paid at least $16.20 per hour; those awarded before this date are subject to a minimum of $12.15 unless higher local rates apply. The determination includes a detailed list of occupations and corresponding wage rates, fringe benefits, and mandates annual adjustments to the minimum wage. Additional provisions, such as paid sick leave under Executive Order 13706, health and welfare benefits, vacation and holiday pay, and uniform allowances, are also delineated. The document serves as a critical guideline for federal contractors to ensure compliance with labor standards associated with federal contracts, especially impacting RFPs and grants at state and local levels.
    The Quality Assurance Surveillance Plan (QASP) outlines the procedures for monitoring the performance of a contract providing lodging for transplant patients, donors, and caregivers, specifically aimed at ensuring quality care and patient safety. The document details roles and responsibilities of government personnel, including the Contracting Officer (CO) and the Contracting Officer's Representative (COR), who oversee and coordinate the surveillance activities. The performance standards establish desired outcomes for the contractor, including prompt provision of rooms, cleanliness, and timely reporting of incidents, all measured against an Acceptable Quality Level (AQL) of 95%. Various surveillance methods, such as random sampling and customer complaints, are employed to evaluate contractor performance. The QASP serves as a "living document," allowing for ongoing amendments in coordination with the contractor. It emphasizes the contractor's responsibility for quality management while assuring impartial evaluation from government officials. The plan also includes a framework for documenting performance and handling discrepancies, ensuring that corrective action can be taken when necessary. Overall, the document supports the provision of safe and effective lodging services for transplant patients and their caregivers.
    The document outlines the Past Performance Questionnaire for the Tennessee Valley Healthcare System (TVHS), specifically concerning Medical Lodging Transplant Services. The purpose of this questionnaire is to facilitate the assessment of potential contractors based on their past performance history, which will influence proposal evaluations by the NCO 9 Network Contracting Office in Murfreesboro, TN. Offerors are instructed to complete Section A, detailing contractor and project specifics, and distribute it to selected assessors who will evaluate the contractor’s performance in various categories including quality of service, schedule adherence, and business relations. Assessors are required to complete Section B of the questionnaire, using a defined rating scale to evaluate compliance, quality, scheduling, business practices, and overall performance. Feedback and rationales for ratings must be provided. The assessment deadline is November 25, 2023, after which evaluators must send their completed questionnaires directly to the designated email, avoiding communication with the contractor. This structured evaluation tool is critical for ensuring that contractors have a solid track record, ultimately safeguarding the interests of the Department of Veterans Affairs when awarding contracts.
    Lifecycle
    Title
    Type
    V231-- TRANSPLANT LODGING
    Currently viewing
    Solicitation
    Similar Opportunities
    G004--HCHV Contracted Residential Services Saginaw
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the provision of Healthcare for Homeless Veterans (HCHV) Emergency Residential Services in Grand Traverse County, Michigan. The objective is to establish a community-based program that supports between two to six homeless veterans daily from October 1, 2025, to September 30, 2030, providing therapeutic case management and a safe living environment, while excluding detoxification or hospital-level care. This initiative is part of the VA's ongoing efforts to address veteran homelessness through structured support and care, ensuring compliance with health and safety standards and federal regulations. Interested contractors must submit their proposals by June 13, 2025, at 2:00 PM, and can direct inquiries to Contract Specialist Karen Williams at Karen.Williams4@va.gov.
    Special-Parking Garage Roof Repairs
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to perform special roof repairs at the Nashville VA Medical Center, specifically addressing multiple roofing systems to ensure patient safety. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to provide all necessary labor and materials, adhering to specific performance hours and safety protocols. The project emphasizes the importance of maintaining facility integrity while promoting veteran-owned businesses, with proposals due by June 16, 2025, and a completion timeline of 90 days post-award. Interested contractors must contact Roxie Keese at roxie.keese@va.gov or call 502-910-2980 for further details and ensure compliance with registration requirements in the System for Award Management (sam.gov) and the SBA VETCERT system.
    Q702--Cookeville IOTA
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Initial Outfitting, Transition, and Activation (IOT&A) services for the Cookeville Community Based Outpatient Clinic in Tennessee. This procurement aims to support the Veterans Health Administration's mission by ensuring the clinic is fully operational to deliver essential healthcare services to veterans in the region. The clinic, which will span approximately 45,000 square feet, is part of a broader initiative to enhance healthcare access for veterans across middle Tennessee and southern Kentucky, following Congressional approval. This contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is anticipated to be a firm-fixed-price agreement with a performance period of 33 months. The solicitation is expected to be published on or after May 8, 2025, with responses due by June 6, 2025. Interested parties should direct inquiries via email to Lejane Baker at lejane.baker@va.gov or Kathleen Klotzbach at Kathleen.Klotzbach@va.gov, as no phone inquiries will be accepted.
    Q999--VISN 09 DME Services
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide Durable Medical Equipment (DME) services under solicitation number 36C24925R0036 for veterans in Tennessee and Kentucky. The contractor will be responsible for delivering, setting up, sanitizing, and maintaining government-owned DME, ensuring compliance with health and safety regulations, and providing 24/7 emergency repair services within an 8-hour response window. This contract is critical for ensuring that veterans receive timely and effective medical equipment support in their homes, enhancing their quality of care. Interested contractors must verify their eligibility through the SBA VetCert and direct any inquiries to the Contracting Officer, Elizabeth Trimm, at Elizabeth.Trimm@va.gov, with the anticipated solicitation release date around June 2, 2025.
    V119-- - Western Orbit Linen Transportation Services l EKHCS
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the Western Orbit Linen Transportation Services, a contract aimed at providing transportation of soiled and clean linen between various VA facilities in Kansas and Missouri. This procurement involves a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract with a ceiling of $34 million and a minimum guaranteed amount of $400,000, emphasizing the importance of reliable logistics in supporting veteran healthcare services. The contract is set aside for small businesses, particularly service-disabled veteran-owned small businesses (SDVOSB), and will be evaluated based on past performance, technical capability, and price. Interested vendors should contact Contracting Officer Hubert W. Scipio at hubert.scipio@va.gov for further details, with proposals due by the specified deadlines.
    X1FA--Medical Resident Fully Furnished Housing
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking a contractor to provide temporary furnished housing for UC Riverside Psychiatry Residents during their rotation at the Long Beach VA Hospital in California. The contractor will be responsible for managing one fully furnished two-bedroom apartment that meets specific requirements, including secure parking, utilities, internet access, and monthly cleaning services, all within the city limits of Long Beach. This initiative is crucial for supporting medical residents who require temporary accommodations due to the impracticality of commuting from their university during short rotations. Interested vendors must submit their qualifications and capability statements to Contract Specialist Naomi Meza at naomi.meza@va.gov by May 23, 2025, with the potential for a contract value of approximately $34 million under NAICS code 531110.
    V999-- VT Transportation Broker
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a five-year contract to serve as a transportation broker for non-emergent medical transportation services for eligible Veteran beneficiaries within the Vermont HealthCare System. The contractor will be responsible for providing all necessary labor, materials, vehicles, and trained personnel to ensure safe transportation, including ambulatory, wheelchair, and litter transports available 24/7, while adhering to federal regulations and HIPAA guidelines. This procurement is crucial for enhancing the accessibility and quality of transportation services for veterans, ensuring compliance with safety and operational standards. Interested contractors can contact Contract Specialist Sterling R Mathews at sterling.mathews@va.gov for further details regarding the proposal submission process.
    Amended 2024 Minneapolis Nursing Home Open & Continuous Solicitation 36C26324R0038 0002
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for nursing home services under the amended 2024 Minneapolis Nursing Home Open & Continuous Solicitation (36C26324R0038 0002). The objective is to establish Indefinite Delivery Indefinite Quantity Contracts (IDIQs) for community nursing home services to support the Minneapolis VA Health Care System, with proposals accepted until December 31, 2024. This initiative is crucial for providing quality care to veterans, ensuring that facilities meet Medicare qualifications and adhere to established standards. Interested offerors must register in the System for Award Management (SAM) and submit proposals via email to the designated contact, Matthew Rose, at matthew.rose3@va.gov, by the extended deadline of July 31, 2025. The total estimated award amount is approximately $34 million, with multiple contracts anticipated.
    G004--Contract Emergency Residential Services 10 Bed Medical Respite Care
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking contractors to provide emergency residential services, specifically medical respite care for homeless veterans, through a Request for Quote (RFQ) identified as 36C26225Q0773. The contract will focus on delivering transitional housing and medically enhanced support for up to ten male veterans requiring recuperation after medical procedures, with services to be performed within a 15-mile radius of the West Los Angeles Veterans Administration Medical Center. This five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract, valued at approximately $19 million, emphasizes the VA's commitment to addressing veteran homelessness and ensuring quality care through structured performance monitoring and individualized service plans. Interested contractors must submit their quotes by 10:00 AM Pacific Time on June 16, 2025, and can reach out to Contract Specialist Ben Bayoneta at benjumar.bayoneta@va.gov for further information.
    Q523--Plastic Surgery Physician and PA Services | 614 POP: 10/1/25 to 9/30/30
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit proposals for Plastic Surgery Physician and Physician Assistant Services at the VA Medical Center in Memphis, Tennessee, under solicitation number 36C24925R0031. This procurement is specifically set aside for service-disabled veteran-owned small businesses (SDVOSB) and is classified under NAICS Code 621111, which pertains to offices of physicians (excluding mental health specialists). The contract will span from October 1, 2025, to September 30, 2030, reflecting the VA's commitment to utilizing veteran-owned businesses to meet the healthcare needs of veterans. Interested vendors should direct all inquiries and proposals via email to Contracting Specialist Laura Edelman at laura.edelman@va.gov, and are responsible for downloading all relevant documents from the SAM.gov website, with the solicitation expected to be issued around May 28, 2025.