Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2010 FBO #3155
MODIFICATION

V -- HOTEL SERVICES TO HOUSE PATIENTS

Notice Date
7/13/2010
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Veterans Affairs;Contracting Office (90C-H);VA Pittsburgh Healthcare System;7180 Highland Drive;Pittsburgh PA 15206
 
ZIP Code
15206
 
Solicitation Number
VA24410RP0309
 
Response Due
8/1/2010
 
Archive Date
10/30/2010
 
Point of Contact
LYNN PORTMAN
 
E-Mail Address
Contract Specialist
(LYNN.PORTMAN@VA.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought are preferred VIAE-MAIL but you can mail or use a ground carrier. The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of business, e.g. Services Disabled Veteran Owned small Business or Veteran-owned small business; (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below and; (j) evidence of experience doing the same type of work. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued Contractor shall furnish rooms to VA beneficiaries as referred by authorized personnel of the VA Pittsburgh Healthcare System. The contractor shall furnish all standard supplies/services included as minimum room requirements. Lodging shall be provided to accommodate those veterans receiving medical care who may have to travel long distances for evaluation the day before or the day after treatment received. Only medically stable patients who would normally be discharged to their home will be considered for lodging. The hotel/motel shall be located within a three (3) mile radius of the VA Pittsburgh Healthcare System, located at University Drive C, Pittsburgh, PA 15240. The VAMC is a Federal institution and therefore exempt from paying sales tax. Room rates offered shall be Single Occupancy, and shall provide a minimum of two (2) double beds. Contractor shall reserve (16) rooms for VA guests at the applicable rates, Sunday through Saturday each week for beneficiaries of the VA Pittsburgh Healthcare System. Additional rooms may be reserved by the VA at the same rates based on a space available basis. Contractor will be reimbursed only for actual rooms nights used. The fully furnished hotel/motel rooms shall include contractor provided utilities and other specified services. The hotel/motel 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. Rooms shall comply with the applicable NFPA (Fire) 101, 2003 or latest edition, Chapters 28/29 specifications and American with Disabilities Act (ADA) guidelines. All rooms shall be located in a single hotel or motel. Each room shall be on the ground floor, wheelchair accessible or be ADA compliant elevator serviced. Access to rooms shall be from interior hallways that are accessed directly from the front desk/elevator lobby area. There shall be no physical barriers. The rooms shall be smoke-free unless requested otherwise by the veteran. Contractor personnel shall not smoke in the rooms at any time whether or not VA referred occupants are present. Contractor shall supply all utilities including heat, air conditioning, electricity, water and sewer, local telephone service (no deposit required), and basic television cable service. Rooms shall be located in as reasonably quiet or tranquil part of the hotel/motel as possible. Meals-at minimum a continental breakfast should be included at hotel. Dinner-If the hotel has an on site restaurant purchase of a dinner meal not to exceed $20. VAPHS will work with hotel to ensure there is a small dinner menu with limited options and will advise that no alcohol to be furnished at VA expense. To be eligible for award under this solicitation, the offeror must propose for use a facility that is compliant with the requirements of the Hotel and Motel Fire Safety Act of 1990 (Public Law 101-391) (15 U.S.C. 2201 et.seq.) and is listed on the US Fire Administration Hotel and Motel National Master List found at http://www.usfa.fema.gov/hotel/search.cfm and the Central Contractor Registration (CCR)database found at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Offers proposing facilities that are not listed will be rejected as non-responsive. In addition, the offeror's facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 1210 et.seq.). The North American Classification System (NAICS) code for this acquisition is 721110.. Notice to potential Offerers: All Offerors who provide goods or services to the United States Federal Government must be registered in the Central Contractor Registration (CCR located on the web at www.ccr.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for VeteransEnterprise VetBiz Registry located at http://vip.vetbiz.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24410RP0309/listing.html)
 
Record
SN02204089-W 20100715/100713235107-6f0a514ef8740729f986f875b1b55ad7 (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 |
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.