Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2022 SAM #7422
SOLICITATION NOTICE

V -- 626-23-1-2116-0003 Medical Lodging- Period of Performance- 10/01/2022-09/30/2023

Notice Date
3/25/2022 10:56:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24922Q0222
 
Response Due
4/25/2022 6:00:00 AM
 
Archive Date
06/24/2022
 
Point of Contact
Ramona Bonness, Contract Specialist, Phone: 615-225-5843
 
E-Mail Address
ramona.bonness@va.gov
(ramona.bonness@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis Solicitation Solicitation Number: 36C24922Q0222 Posted Date: March 25, 2022 Response Date/Time: April 25, 2022, at 8:00am CST Set Aside: SDVOSB NAICS: 721110 PSC: V231 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04 Effective 1/30/2022. This solicitation is set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 721110. The Tennessee Valley Healthcare System is seeking a vendor to provide HOPTEL, overnight lodging accommodations to service the Nashville VA Campus. All interested companies shall provide quotations for the items identified in the attached Statement of Work. EVALUATION: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered: Technical Capability (Accommodations)- The contractor should have the ability to accommodate forty-two (42) fully furnished hotel rooms per week, until 4:00pm each day. The following is the daily room estimate: Sunday 8 rooms, Monday 8 rooms, Tuesday 8 rooms, Wednesday 8 rooms, Thursday 8 rooms, Friday 1 rooms, Saturday 1 room. The lodging facility must block off this number of rooms per day per week. The fully furnished hotel rooms will include contractor provided utilities and other specified services. The hotel rooms shall comply with all city, county and state building codes and ordinances applicable to the ownership and operation of the building in which the rooms are located. Technical Capability (Transportation)- Offeror shall provide on-call transportation for the referred Veteran from the contractor's hotel rooms to the VA Medical Center and/or from the VA Medical Center to the hotel from 6:00 a.m. to 11:00 p.m. seven days per week. Contractor shall respond within thirty minutes of being contacted by either the referred Veteran , after-hours Administrative Officer of the Day or the VA COR to provide on-call transportation service to include all federal holidays. Pricing Factor- the offeror with the lowest price that can accommodate the above criteria, can be considered. Quality Assurance (Past Performance)- Offerors with past performance for successfully meeting the standards of the contract can be considered. Fire Safety Plan - The contractor will submit its current written fire safety plan as part of the contract bid package as listed in paragraph 4.0 above. Water Intrusion Plan - The hotel is to have a written interior moisture prevention and water intrusion event management program that includes aggressive drying using mold remediation industry standard type dehumidifiers, fans and drying methods as listed in paragraph 4.10 above. Pest Management - The contractor will provide a copy of their integrated pest management plan as part of the solicitation package as listed in paragraph 4.11.3 above. PERIOD OF PERFORMANCE: This will be awarded as an Indefinite Delivery Indefinite Quantity contract with 5 ordering periods as follows: Ordering Period 1: October 1, 2022, to September 30, 2023 Ordering Period 2: October 1, 2023, to September 30, 2024 Ordering Period 3: October 1, 2024, to September 30, 2025 Ordering Period 4: October 1, 2025, to September 30, 2026 Ordering Period 5: October 1, 2026, to September 30, 2027 SCHEDULE: All interested parties shall provide a quotation for the following: ***NOTE: ALL CLINS MUST BE SEPARATELY PRICED*** CLIN Description: Medical Lodging- Annually requires: Quantity 2,184 lodging rooms 42 weekly Forty-two (42) fully furnished hotel rooms per week as follows: QTY Rooms PER Week Price Room PER Day Price PER Week Total Price (52 Weeks) 0001 SUNDAY - Period of Performance (POP)- 10/01/2022-09/30/2023 8 $ $ $ 0002 MONDAY - POP - 10/01/2022-09/30/2023 8 0003 TUESDAY - P0P - 10/01/2022-09/30/2023 8 0004 WEDNESDAY POP - 10/01/2022-09/30/2023 8 0005 THURSDAY POP - 10/01/2022-09/30/2023 8 0006 FRIDAY POP - 10/01/2022-09/30/2023 1 0007 SATURDAY-POP- 10/01/2022-09/30/2023 1 **** Ordering Period 1 PRICE 42 1001 SUNDAY - Period of Performance (POP)- 10/01/2023-09/30/2024 8 $ $ $ 1002 MONDAY - POP- 10/01/2023-09/30/2024 8 1003 TUESDAY - P0P- 10/01/2023-09/30/2024 8 1004 WEDNESDAY - POP- 10/01/2023-09/30/2024 8 1005 THURSDAY - POP- 10/01/2023-09/30/2024 8 1006 FRIDAY - POP- 10/01/2023-09/30/2024 1 1007 SATURDAY-POP- 10/01/2023-09/30/2024 1 **** Ordering Period 2 PRICE 42 2001 SUNDAY - Period of Performance (POP)- 10/01/2024-09/30/2025 8 $ $ $ 2002 MONDAY - POP- 10/01/2024-09/30/2025 8 2003 TUESDAY - P0P- 10/01/2024-09/30/2025 8 2004 WEDNESDAY - POP- 10/01/2024-09/30/2025 8 2005 THURSDAY - POP- 10/01/2024-09/30/2025 8 2006 FRIDAY - POP- 10/01/2024-09/30/2025 1 2007 SATURDAY-POP- 10/01/2024-09/30/2025 1 Ordering Period 3 PRICE 42 3001 SUNDAY - Period of Performance (POP)- 10/01/2025-09/30/2026 8 $ $ $ 3002 MONDAY - POP- 10/01/2025-09/30/2026 8 3003 TUESDAY - P0P- 10/01/2025-09/30/2026 8 3004 WEDNESDAY - POP- 10/01/2025-09/30/2026 8 3005 THURSDAY - POP- 10/01/2025-09/30/2026 8 3006 FRIDAY - POP- 10/01/2025-09/30/2026 1 3007 SATURDAY-POP- 10/01/2025-09/30/2026 1 **** Ordering Period 4 PRICE 42 4001 SUNDAY - Period of Performance (POP)- 10/01/2026-09/30/2027 8 $ $ $ 4002 MONDAY - POP- 10/01/2026-09/30/2027 8 4003 TUESDAY - P0P- 10/01/2026-09/30/2027 8 4004 WEDNESDAY - POP- 10/01/2026-09/30/2027 8 4005 THURSDAY - POP- 10/01/2026-09/30/2027 8 4006 FRIDAY - POP- 10/01/2026-09/30/2027 1 4007 SATURDAY-POP- 10/01/2026-09/30/2027 1 **** Ordering Period 5 PRICE 42 **** GRAND TOTAL All Ordering Periods: **** Total prices to be filled in and grand total of all ordering periods. QUOTE FORMAT AND SUBMISSION REQUIREMENTS: a. Offerors shall provide only one quote. Quote should be emailed to ramona.bonness@va.gov NLT 4/25/2022 at 8:00 AM CST. Non-compliance with this requirement may result in disqualification of the quote. Vendors will be sent notification their quote was received. Late or incomplete quote submissions will not be considered and will not receive notification of receipt. b. All vendors must be registered and complete all entries in the System for Award Management (SAM) to be considered for award. Potential vendors may register at the following web site: https://www.sam.gov/portal/public/SAM c. All Quote submissions must list your DUNS number, SAM Unique Entity ID number, CAGE code, and Federal TIN with company name, POC, and phone number. If you need to obtain or renew a DUNS number, SAM Unique Entity ID number, or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. d. All Service Disabled Veteran Owned Small Business must also be registered in VetBiz to be considered for award. Potential vendors may register at the following web site: VIP Home  · VetBiz Portal (va.gov). e. The government intends to award a Firm Fixed Price Indefinite Delivery, Indefinite Quantity contract as a result of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the RFQ are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the RFQ are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Offeror shall list exception(s) and rationale for the exception(s). f. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. (NOV 2021). If paragraph (j) of the provision is applicable, a written submission is required. Point of Contact Any questions or concerns regarding this solicitation shall be sent in writing only via email addressed to ramona.bonness@va.gov subject line: 36C24922Q0222. Questions shall be submitted NO LATER THAN APRIL 10, 2022 @ 8:00am CST. Reference the following wage determinations applicable to this requirement: Service Contract Act WD #2015-4647 Revision #18 December 27, 2021. https://sam.gov/wage-determination/2015-4647/18
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/99373dd297064c8681b7c2a5a2ab1ac0/view)
 
Place of Performance
Address: Department of Veterans Affairs Nashville VA Medical Center 1310 24th Ave. S., Nashville, TN 37212, USA
Zip Code: 37212
Country: USA
 
Record
SN06279593-F 20220327/220326171915 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.