DOCUMENT
V -- Hoptel Program - Attachment
- Notice Date
- 1/28/2015
- Notice Type
- Attachment
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Veterans Affairs;Network Contracting Activity 8;Commerce Building;300 E. University Ave. Ste. 180;Gainesville FL 32601-3460
- ZIP Code
- 32601-3460
- Solicitation Number
- VA24814R1909
- Response Due
- 2/9/2015
- Archive Date
- 3/1/2015
- Point of Contact
- Christopher Brailer
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A SMALL BUSINESS SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS, PROPOSAL ABSTRACTS, QUOTATIONS OR INVITATION FOR BIDS The Department of Veterans Affairs is conducting a sources sought to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are Service-Disabled Veteran-Owned, Veteran-Owned, Small Business, HUB Zone 8(a), Women-Owned, or small disadvantaged business concerns; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Small businesses concerns shall be capable of provide the necessary equipment and personnel to furnish service in the volume required for all the items under this contract. Contractor shall meet all requirements of Federal, State or City codes regarding operations of this type of service. The NAICS code is 721110. DESCRIPTION OF THE REQUIREMENT: 1. Title of Project: Hoptel Lodging Service 2. Scope of Work: The contractor shall provide hotel/motel rooms for the beneficiaries of the Malcom Randall VAMC, Gainesville FL. Handicapped rooms shall be available at all times. The hotel/motel rooms shall be provided Sundays through Thursdays. 3. Background: Hotel/Motel service and support are needed as that the Malcom Randall VAMC HOPTEL Service is limited in resources to provide lodging within the VAMC for veterans staying over prior to appointments or during certain treatment and procedures. The contractor (hotel) shall develop a professional relationship with the Malcom Randall VAMC that includes protection of personal data provided by veterans and caregivers. 4. Type of Contract: This is a firm-fixed-price contract or fixed price with economic price adjustment. The hotel/motel shall be within a five (5) mile radius of the Malcom Randall VA Medical Center, 1601 S.W. Archer Rd., Gainesville FL 32608 Contractor will provide shuttle service between Hotel/Motel and the Malcom Randall VAMC. Contractor shall provide a block of up to 15 HOTEL/MOTEL rooms per day (minimum of 5 rooms per day) for the beneficiaries of the Malcom Randall VAMC. Two HANDICAP rooms shall be available at all times. The HOTEL/MOTEL rooms shall be provided Sunday evening through Saturday night. Single rooms with one (1) queen bed Double rooms with two (2) queen beds Handicap rooms with one (1) queen bed The price of the rooms shall be the same The price of the rooms shall not include TAX, as the Federal Government is TAX exempt. The price for the rooms shall include complimentary breakfast and daily changing of linens and toiletries. The rooms shall be furnished with microwaves and refrigerators. The Malcom Randall VA Medical Center will pay for the ROOMS ONLY. ALL extra amenities will be the sole responsibility of the beneficiary [i.e., room service, clean up charges for tobacco products or smoking, pay-per-view movies, etc.]. The Malcom Randall VAMC will not pay for any alcoholic beverages if they are available at the hotel/motel. The Malcom Randall VAMC will not pay for pets except service animals. The Malcom Randall VAMC will pay for emergency 911 calls or calls to the Malcom Randall VA Medical Center. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: 1) Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e., small/large) and Experian's Number/DUNS number. 2) Provide a Statement of Capability that demonstrates the offeror's past performance in providing this type of service. Please include the following: (a) staff expertise including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. 3) Submit Capability Statements by February 9, 2015 to: christopher.brailer@va.gov. Responses should be received no later than 3:00 PM EST. NO CAPABILITY STATEMENTS MAY BE SUBMITTED AFTER FEBRUARY 9, 2015. AT THIS TIME NO SOLICITATION EXISTS. (DO NOT REQUEST A COPY OF THE SOLICITATION). A FUTURE NOTICE WILL BE POSTED WHEN THE SOLICITATION WILL BE RELEASED. 4) Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. (5) No Proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s.)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/VA24814R1909/listing.html)
- Document(s)
- Attachment
- File Name: VA248-14-R-1909 VA248-14-R-1909_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1835256&FileName=VA248-14-R-1909-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1835256&FileName=VA248-14-R-1909-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-14-R-1909 VA248-14-R-1909_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1835256&FileName=VA248-14-R-1909-000.docx)
- Place of Performance
- Address: Gainesville, FL
- Zip Code: 32608
- Zip Code: 32608
- Record
- SN03626814-W 20150130/150128235038-65009830035a9f0cbcd3a50d982c5cf5 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |