SOLICITATION NOTICE
V -- Dayton HOPTEL BPA
- Notice Date
- 12/28/2021 8:05:52 AM
- Notice Type
- Presolicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25022Q0198
- Response Due
- 1/4/2022 7:00:00 AM
- Archive Date
- 03/05/2022
- Point of Contact
- Michael Riordan, Contracting Specialist, Phone: 513-559-3724
- E-Mail Address
-
michael.riordan@va.gov
(michael.riordan@va.gov)
- Awardee
- null
- Description
- STATEMENT OF WORK GENERAL INFORMATION 1. Title of Project: Dayton VA Hoptel 2. Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise specify. The Dayton VA Medical Center (VAMC), 4100 West Third Street, Dayton, OH 45428, is seeking hotel rooms. The Dayton VAMC shall provide overnight accommodations to Veterans and a caregiver who have a scheduled appointment at the Dayton VA Medical Center and will have to travel more than 50-miles or 2-hours from home to the appointment. 3. Background: The Dayton VAMC has a need to contract with local hotels for overnight accommodations of patients meeting the criteria listed above, otherwise known as Hoptel Services. The Dayton VAMC will not guarantee utilization of hotel space at minimum or maximum, however, DVAMC will negotiate overnight accommodations as the need presents. 4. Performance Requirements: The Contractor shall provide overnight hotel accommodations. The hotel and parking shall be in compliance with the American with Disabilities Act. Requirement per room is as follows: Individual sleeping/private rooms with toilet facilities for lodging of the VAMC authorized guest(s). Each room shall be commercially available industry standard furnished 3-Diamond AAA or equivalent. Room amenities include (but shall not be limited to): alarm clock two double beds or larger private bath (sink, toilet, shower/bathtub) wake-up service basic cable or satellite television telephone smoke-free. Daily services shall include (but shall not be limited to): cleaning of room and bathroom bed making linen change clean towels washcloth and bathmat replacement soap, facial tissue and toilet paper replenishment. The room price shall include complimentary (free) parking (i.e. standard and handicapped). The hotel shall be within the following delineated area: within 10 miles from the Dayton VAMC as determined by Map Quest. The hotel shall offer a complimentary shuttle service to and from the Dayton VAMC, 4100 W. Third St. Dayton, Ohio 45428, Building 330. Building location is subject to change. Room occupancy shall be available within 7 calendar days of award, unless otherwise specified. Services shall take place on Federal holidays or weekends unless otherwise directed by the CO. Fire Safe Hotels - In setting federal lodging per diem rates, GSA is required by law to use only properties that are certified as being fire safe. The following explains this requirement in greater detail: The policy of the federal government, as reflected in the Hotel and Motel Fire Safety Act of 1990 (Pub. L. No. 101-391, September 25, 1990 as amended by Pub. L. No. 105-85, November 18, 1997), referred to as ""the Act"" in this paragraph, is to save lives and protect property by promoting fire safety in hotels, motels, and all places of public accommodation affecting commerce. Federal employees are required by the Act to stay in a fire-safe facility (i.e., an approved accommodation) when commercial lodging is required. Additionally, employees are encouraged to report properties that don t meet the requirements of the Act (hard-wired smoke alarms in each guest room and an automatic sprinkler system in each guest room if the property is more than three stories in height). A list of lodging properties that meet government requirements and a form to report non-compliant properties is on the U.S. Fire Administration's website. The contractor shall be required to execute a Business Associate Agreement (attached) to comply with this requirement. B. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kick-off meeting or has advised the contractor that a kick-off meeting is waived. C. GENERAL REQUIREMENTS 1. For every task, the contractor shall identify in writing all necessary subtasks (if any), associated costs by task. 2. All written deliverables shall be phrased in layperson language. Statistical and other technical terminology shall not be used without providing a glossary of terms. D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: The contractor shall provide the specific deliverables described below within the performance period stated in Section A.4 of this SOW. The Contractor shall provide overnight hotel accommodations. The hotel and parking shall be in compliance with the American with Disabilities Act. Requirement per room is as follows: Individual sleeping/private rooms with toilet facilities for lodging of the VAMC authorized guest(s). Each room shall be commercially available industry standard furnished 3-Diamond AAA or equivalent. Room amenities include (but shall not be limited to), alarm clock, two double beds or larger, private bath (sink, toilet, shower/bathtub), wake-up service, basic cable or satellite television, telephone and smoke-free. Daily services shall include (but shall not be limited to) cleaning of room, bathroom, bed making, linen change, clean towels, washcloth and bathmat replacement, and soap, facial tissue and toilet paper replenishment. The room price shall include complimentary (free) parking (i.e. standard and handicapped). The hotel shall be within the following delineated area: within 10 miles from the Dayton VAMC as determined by Map Quest. The hotel shall offer a complimentary shuttle service to and from the Dayton VAMC. Task One: The contractor shall provide a plan and brief for the VA project team, which presents the contractor's plan for supplying the requested hotel rooms and services. The contractor's plan shall be responsive with this SOW and describe, in further detail, the approach to be used for each aspect of the Blanket Purchase Agreement (BPA) as defined in the technical specifications. Deliverable One: A detailed work plan and briefing. Task Two: The contractor shall provide flexible check-in and check-out procedures 24/7 to the VAMC Hotel Lodger. Upon VAMC Hotel Lodger check-in, the contractor shall request the veteran present his/her signed VAMC authorization letter which will indicate the name of the VAMC Lodger(s) and length of stay authorized. The signed VAMC authorization letter from Dayton VAMC is the official authorization to make reservations and order rooms. Deliverable Two: The contractor shall verify the identity of the VAMC Lodger(s). The contractor shall maintain a Roster which shall contain the date, VAMC Lodger s printed name, (if applicable; VAMC authorized guest(s) printed name) and room assignment. The VAMC address or fax number to submit Roster shall be provided to the contractor at time of award. E. EVALUATED OPTIONAL TASKS AND ASSOCIATED DELIVERABLES [If applicable] SCHEDULE FOR DELIVERABLES 1. The contractor shall complete the Delivery Date column in Attachment A for each deliverable specified. 2. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same. 3. If for any reason any deliverable cannot be delivered within the scheduled time frame, the contractor is required to explain why in writing to the CO, including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response, in accordance with applicable regulations. G. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. H. CONTRACTOR EXPERIENCE REQUIREMENTS The government will not dictate specific experience and education requirements of the employees initially proposed to perform the work stated herein. All Contractor employees are subject to immediate removal from performance of this contract when they are involved in a violation of the law, VA security, confidentiality requirements and/or other disciplinary reasons. I. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this (BPA), are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the BPA. 2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this BPA, presented to the contractor, shall be submitted to the CO for response. 3. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. Attachment A to the Statement of Work Schedule of Deliverables Deliverable No. One Item A detailed work plan and briefing for the VA project team Quantity Delivery Date Within 7 calendar days after award Two The contractor shall verify the identity of the VAMC Lodger(s). The contractor shall maintain a Roster which shall contain the date, VAMC Lodger s printed name, (if applicable; VAMC authorized guest(s) printed name) and room assignment. Within 1 calendar day after occupancy
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7ebf89714a454890b6a6876958e65fa4/view)
- Place of Performance
- Address: Dayton VA Medical Center 4100 West Third Street, Dayton, OH 45428, USA
- Zip Code: 45428
- Country: USA
- Zip Code: 45428
- Record
- SN06205646-F 20211230/211228230109 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |