Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2015 FBO #4849
DOCUMENT

V -- Lodging - Attachment

Notice Date
3/3/2015
 
Notice Type
Attachment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24915R0212
 
Response Due
3/17/2015
 
Archive Date
5/16/2015
 
Point of Contact
Phon Phasavath
 
E-Mail Address
esboro
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs Medical Center, NCO 9 Network Contracting Office, on behalf of Veterans Administration Medical Center Nashville, is conducting market research through this sources sought notice to seek sources for short term lodging for medical/surgical patients. The North American Industry Classification System (NAICS) Code for this acquisition is 721110. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. 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. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. CCR: Interested parties should register in the SAM as prescribed in FAR Clause 52.232-33. The SAM can be obtained by accessing the internet at www.sam.gov. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to Phon Phasavath1@va.gov or via fax to (615) 849-3769 (Attn: Phon Phasavath) no later than 16 March 2015 at 8:00 AM, Central Time with the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. Business Size applicable to the NAICS Code: a. HuBZone Small Business Concern; b. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); c. Veteran Owned Small Business Concern (VOSBC); d Small Business Concern; e. Large Business Concern 4. Documentation Verifying Small Business Certification: a. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. b. If claiming SDVOSBC status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 721110. c. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 721110. d. If claiming Small Business status, provide documentation to show the business is small under NAICS code 721110. Statement of Work VA Tennessee Valley Healthcare System (VA TVHS) Veteran Patient Care Lodging Rooms 1.0 INTRODUCTION The U.S. Department of Veterans Affairs requires the use of ninety (92) furnished hotel or motel rooms per week. The rooms offered shall be within a ten-mile radius of the VA Medical Center, 1310 24th Ave. S, Nashville, TN 37212. 2.0 SCOPE 2.1 The contractor shall provide ninety two (92) fully furnished hotel or motel rooms per week. The following is the daily room estimate: Sunday 16 rooms, Monday 18 rooms, Tuesday 19 rooms, Wednesday 17 rooms, Thursday 16 rooms, Friday 3 rooms, Saturday 3 room. The lodging facility must block off this number of rooms per day per week. The fully furnished hotel/motel rooms will 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 101, 2000, Chapter 29. 2.2 It is agreed by the contractor that the rooms will be held until 4:00 pm each day. Any of the rooms that are not reserved by the VA by 4:00 pm will be available for the contractor to place back in their inventory for sale and the VA will not be billed for the rooms not used. 3.0 REQUIREMENTS 3.1All rooms shall be located in a single hotel or motel. 3.2Each unit shall have a minimum of 250 square feet of net usable space. 3.3The rooms shall be smoke free. Contractor personnel shall not smoke in the rooms at any time whether or not VA referred occupants are present. 3.4Contractor shall supply all utilities including heat, air conditioning, electricity, water and sewer, local telephone service, and basic television cable service. 3.5 Contractor shall provide under the authority of Public law 100-355 on-call transportation for the VA referred occupants from the contractor's hotel/motel to the VA Medical Center and from the VA Medical Center to the hotel/motel. The contractor shall provide the on-call or published scheduled transportation service 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 VA referred occupant or VA official to provide the described on-call transportation service to include all federal holidays. Federal holidays are identified as the following days: ? New Year's Day ? Martin Luther King's Birthday ? President's Day ? Memorial Day ? Independence Day ? Labor Day ? Columbus Day ? Veterans Day ? Thanksgiving Day ? Christmas Day 3.6 In the event a VA referred occupant is in an emergency situation of any kind, the Contractor shall contact 911. In addition, the Contractor shall immediately contact the VA Medical Center COR or the VA Medical Center, Officer of the Day, 615-873-7172 if the emergency occurs in other than normal business hours. 3.7 Occupancy: The VA must be able to take occupancy of the rooms no later than 14 calendar days following the award of the contract. The rooms must be in full compliance with all requirements of the contract by that date. 3.8 Inspection: The VA will inspect the facility prior to contract award to ensure compliance with all contract requirements. Award of contract is contingent upon acceptable air quality test results. Testing shall be at expense of contractor. The government reserves the right, at any time after the contract is signed and during the term of the contract, to inspect the premises and all other areas of the building access to which is necessary to ensure a safe and healthy environment for the Government tenants and the contractor's performance under this contract. A quarterly unannounced inspection will be conducted by the government as a minimum. 3.8.0 Base line results of air quality testing must meet the following criteria or better: Acceptable air sample test results are listed below: "There shall be no visible signs of mold or moisture "There should be no evidence of Aspergillus fumigatus or Stachbortrys in 150 liters per air sample x minimum of 12-15 random air samples. "The median indoor fungal concentrations (mold level) shall be no greater than 20% of the median outdoor fungal concentrations (mold level) based on a minimum 12 of indoor air samples and 2 outdoor air samples 3.9 Room Reservations will be on the following basis: 3.9.0 The Contractor shall allow the occupancy of the room covered by this contract only upon the specific individual referral by the Contracting Officer's Technical Representative (COR). The VA will inform the Contractor of each individual's name and the expected arrival time at the Contractor's motel/hotel. 3.9.1 For this contract, the Contractor shall use its existing check in and check out times. 3.9.2 The COR will notify the Contractor when specific individuals will be checking out of the hotel/motel. In the event that a VA referred occupant refuses to leave the room, the Contractor shall immediately notify the COR. Also, in the event that a VA referred occupant checks out of the hotel/motel-without prior notice from the VA, the Contractor shall immediately notify the COR or the VA Medical Center Officer of the Day, (615-873-7172) if the check-out occurs in other than normal business hours. 3.10 The Contractor shall submit an invoice to the VA for payment for all rooms covered by this contract monthly in arrears. The invoice shall be for the actual number of rooms reserved in the previous month. Invoices will be submitted on-line for payment. A hard copy itemized invoice for reconciliation purposes submitted to the following address: Business Office, Lodging VA Medical Center 1310 24th Ave S. Nashville, TN 37212 3.11 DAILY ROOM SERVICE: Daily room service shall be provided each room on the following basis: 3.11.0 If a specific room was previously occupied the night before by the same VA referred occupant, the following daily room service shall be performed. (1) Make up bed(s). Bed linens shall be changed every three (3) calendar days if the room is continuously occupied by the same VA referred occupant. (2) Vacuum all carpeting on a daily basis. (3) Clean the bathroom floor, vanity sink and mirror, commode, and bath/shower unit. (4) Change all used bath linens with laundered bath linens. (5) Empty waste paper baskets. (6) Replace toilet paper roll when three quarters consumed. (7) Dust furniture. 3.11.1 If the previous night's occupant is different from the VA referred occupant for the next night, the bed linens will be changed daily as the room occupants change. 4.0 GENERAL BUILDING REQUIREMENTS & SPECIFICATIONS 4.1 Heating and Cooling Requirements: 4.1.0 Each room shall have permanently installed, functioning cooling and heating system with thermostatic control. The heating system is required to maintain a temperature of 80 degrees F. The air conditioning system is required to maintain a temperature of 65 degrees F. 4.1.1 All cooling and heating devices and appliances, including but not limited to furnaces, fireplaces, electrical baseboard heaters and water heaters, shall be UL (Underwriter's Laboratories) certified and in good and safe working order and shall meet all installation and safety codes. 4.1.2Contractor shall maintain all appliances and utility systems. This shall include the cleaning or replacement of air filters for both the heating system (providing the heating system is a forced hot air heating system) and for the cooling system every 30 calendar days. 4.2Electrical and Lighting Requirements: 4.2.0 Every room shall be provided with not less than two electrical receptacle outlets and electric light fixtures in accordance with the Furniture and Accessories section of this solicitation. 4.2.1 Every toilet room, bathroom, laundry room, furnace room, public hallway, porch and flight of stairs between stories shall contain at least one (1) supplied electric light fixture. Where an interior stairway or public hallway changes in direction, more than one (1) supplied electric light fixture is required. 4.2.2All electrical equipment, wiring and appliances shall be UL (Underwriters Laboratories) certified, in good and safe working order and shall meet all installation and safety codes. 4.3 Sanitation Requirements: All plumbing and sanitation fixtures, facilities and equipment must be in safe and sanitary condition, in good working order and meet all federal, state and local building codes. 4.4 Telephone Service Requirements: 4.4.0 Contractor shall provide local area, touch tone, telephone service for each room. The telephone service shall be capable of long distance telephone service when long distance calls are placed using a telephone calling card or other telephone charge method. 4.4.1Contractor shall provide one telephone in each room. 4.4.2 Telephone service shall be equipped with voice messaging system or front desk message service. 4.5Interior Space Requirements: 4.5.0 Ceilings shall be at least 8 feet and no more than 11 feet clear from floor to the lowest obstruction. Each room shall have acoustical treatment with a flame spread of "5" or less and smoke development rating of 50 of less (ASTME 84). 4.5.1Floor load shall be a minimum live load capacity of 60 pounds per square foot. Storage areas shall have a minimum live load capacity of 150 pounds per square foot. 4.5.2Floor shall be covered with vinyl floor covering or carpeting (vinyl asbestos floor tile shall not be used for new installations). 4.5.3Existing floor and/or window covering or carpet may be accepted providing the floor coverings are in good condition. 4.5.4Exterior doors to rooms shall open into a climate controlled hallway. 4.6 Fire Safety: 4.6.0 A written fire safety plan should be submitted as part of the contract bid package. 4.6.1 Buildings in which space is offered shall be maintained in accordance with latest editions of the National Fire Codes and Uniform Building Code. 4.6.2 Equipment, services, or utilities furnished and activities of other occupants shall be free of safety, health, and fire hazards. When hazards are detected, the contractor shall promptly correct hazards. 4.6.3Maintenance of contractor-owned fire extinguishers shall be provided by the contractor in, accordance with NFPA Standard No: 101. 4.6.4 As required by code, smoke detectors/alarms shall be installed in each room, office, storage area, hallways and other common areas. 4.6.5Facility must meet NFPA Life Safety regulations on egress, fire and smoke protective systems applicable to the Occupancy type. 4.7 Asbestos- No asbestos containing fireproofing or insulation on building structures, acoustical treatment, molded or wet-applied ceiling or wall finishes/decorations, will be permitted. If present, such materials shall be removed by the contractor prior to occupancy by the VA. 4.8 Wheelchair Accessibility: Common areas such as hallways and laundry room shall provide for accessible path of travel for wheelchairs. 4.9 Elevators: If elevators are a part of the room complex, they shall conform to the latest requirements of the American National Standard A171 and Al71a Safety Code for Elevators, except for elevator emergency recall and shall be inspected and maintained in accordance with American National Standard A17.1, Inspector's Manual for Elevators or equivalent local code. The elevators shall also comply with local codes and ordinances. 4.10The 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. This plan and process must be provided to the VA as part of the bid package and put in place within 24 hours of awareness of a water intrusion event occurring. The VA COR will be notified immediately if more than 50 square feet of building surface or carpet is impacted by a water intrusion/leak event. KEY Components of a written preventative maintenance Water-Mold Management Plan to prevent mold from colonizing the interior of a building by eliminating or limiting the conditions that foster mold establishment and growth. The plan should include but not be limited to the following: a.Immediately visual inspection of occurring water issues. Rapid drying using commercial grade moisture meters, dehumidifiers, and water extraction and drying equipment. b.Quick and effective response to water intrusion to prevent or greatly reduce fungal growth and occupant exposure to mold and other bio aerosols. Must be dry by approximately 15% moisture within 48 hours of the leak event to satisfactorily prevent colonizing mold growth. c.Recognize, examine and dry the "hidden places" (below carpet pad, wall interiors etc.) where moisture and mold can occur. d.Fix leaks to plumbing or building envelope as soon as possible taking emergency steps to temporarily slow or stop water intrusion. e.Prevent moisture condensation by lowering the relative humidity in the inside air or by increasing surface temperatures where condensation is occurring. f.Avoid as much as possible covering walls with vinyl wall covering especially on cold temperature impacted walls. g.Vent moisture generating equipment such as in laundry or kitchen areas outside. h.Maintain indoor humidity below 60% (30%-50% is ideal). i.Ensure foundations/basements or crawl spaces are maintained in a dry condition. 4.10.0The VA reserves to right at its expense to periodically sample for elevated levels of airborne hydrophilic mold looking especially for molds associated with known or suspected water intrusion events. 4.10.1The VA reserves the right to do a visual assessment of environmental and safety conditions at the hotel on a quarterly basis or at the time of a reported water intrusion event or other safety event impacting TVHS patients. 4.10.2Elevated numbers of indoor hydrophilic mold associated with water intrusion events (equal to or greater than what is found outside) from the water intrusion event area and/or in chosen non-water intrusion event rooms would be grounds for further patient protective action. Acceptable levels defined in Para 3.8.0. 4.10.3The attached inspection form will be used by the VA inspection group to determine if there are any indications of water intrusion events that would necessitate further inspection, air testing and possible patient protection action. (Attachment A) 4.10.4The VA inspection team will use the attached Check list (Attachment B) in doing quarterly visual inspections as a documentation process. Inspection team will include: Contracting Officer of the Project (Leader) Social Worker Environment of Care Staff Member Industrial hygienist and Safety officer Safety Officer 4.11 Miscellaneous: 4.11.0 No activity to the building and/or grounds that would cause an increase in dust, dirt or spores to be airborne (i.e., renovation to the building, movement of earth on the grounds) shall take place without the contractor's written notification to the VA at least seven (7) calendar days in advance of the event. 4.11.1 If the building is partially or totally destroyed or damaged by fire or other casualty so that the space is tenantable as determined by the Government, the government may terminate the contract for default as per FAR 52.249-8. 4.11.2 The contractor shall maintain the premises, including the building and all equipment, fixtures, and appurtenances furnished by the contractor under this contract, in good repair and tenantable condition. 4.11.3 The contractor will ensure that the facility is free of bugs and pests. The contractor will provide a copy of their pest control contract as part of the solicitation package. 5.0 DELIVERABLES 5.1 FURNITURE AND ACCESSORIES: 5.1.0 Each room shall comply with the following general room requirements: (1)Floor covering: All type of floor coverings shall be clean; free of stains; odor-free; and free of cracks or tears. Shag style carpets used as floor covering shall be 1/2" or less in length. (2)Each room shall have lighting fixtures. All overhead lights shall be controlled by wall switches. All light bulbs shall have either a shade or globe with the exception of decorator type bulbs. (3)All windows shall be able to be secured in a closed position. The windows shall be effectively weather-stripped and the window lights shall be free of cracks and shall be tightly fitted in the window frame. (4) All windows shall have window treatments consisting of shades, blinds or drapes. The window treatments shall be substantial enough to prevent viewing into the room from outside of the room. In addition, the window treatments shall be capable of substantially darkening the room during daylight hours. (5)Each room's exterior door shall be secured with snap lock and dead bolt lock. In addition, exterior doors shall have an exterior light, peep hole fitted with 175 degree viewing lens. 5.1.1 Each room's bathroom shall have the following: combination tub/shower with support rails; commode; vanity; mirror above vanity; overhead light; exhaust fan which exhausts to outside air; GFI protected electrical outlets; solid floor covering, ceramic tile, composition vinyl tile, or solid vinyl sheet. 5.1.2 General Furniture Package (1) All furniture shall be in good general condition; shall be clean; free of stains and odors; and have no tears or rips in the fabric coverings. Non-upholstered furniture surfaces shall be free of scratches, broken surfaces, splinters, free of stains, and clean. Table and two chairs 1 each upholstered chair 2 each bedside lamps 1 each color television with remote control 1 each dresser and mirror 2 each double sized beds with headboard 2 each nightstands 2 each table lamps 1 each clock radio with alarm 1 each double size mattress and box springs per bed (2) Each double size bed shall be supplied with the following bed linens which will be freshly cleaned; free of stains, odors, tears, and in good condition. 2 each standard fiberfill pillows 2 each pillow cases 1 each flat sheet 1 each fitted sheet 2 each thermal blankets 1 each bedspread 1 quilted mattress pad 5.1.3 Bath 1 each rubber (safety) mat for tub 4 each bath towels (25" X 48") 4 each hand towels (18" X 30") 4 each wash cloths (12" X 12") 1 each shower liner 1 set of shower hooks 1 each plastic waste basket 7 qt. Capacity) 1 each bathroom rug (20" X 30") 1 each soap dish 1 each toothbrush holder 1 each-shower curtain 6.0 PERIOD OF PERFORMANCE: The term of this contract will be for one (1) year with four 1-year option periods. ATTACHMENT A ATTACHMENT B VA Tennessee Valley Healthcare System Hotel Inspection Environmental Health and Water Intrusion Check List * Inspection Performed By: Yes No NA Potential Water Intrusion Evidence 1Leaks and/or cracks around windows and doors (check corners of the frames both interior and exterior) 2Evident of Peeling paint on windows and door frames 3Discoloration in paint around doors and windows due to rust, water stains etc.? 4Are there Cracked or deteriorated caulking around the windows or door frames? 5Cracks or holes in the external walls and foundation that could allow outside water into or under the building? 6Does outside surface drain away from or toward the building? 7Are there water Stained ceilings or missing tiles or walls or ceiling with cracks? 8Is Vinyl wall paper on exterior walls or where air conditions units would blow chill air on the vinyl? 19Any evidence of water staining on carpet around the impression of furniture 10Are there Penetrations (holes) on the walls, floors, or ceilings? 11Any evidence of wet carpet, walls, floors, ceiling > 15% moisture? 12Does facility Low sloping or flat roof without proper drainage 13Is there any missing shingles or other evidence of damage to roof? 14Check for termite- damaged materials such as wood materials that could expose the exterior and can lead to moisture intrusion 15Check air conditioning units within or next to exterior walls for evidence of moisture intrusion issue 16Is there water on the exhaust and supply vents or evidence of past elevated moisture issues such as rust? 17Is there any evidence of leaking pipes or faucets in rooms/ common areas? 18Is there evidence of plumbing drainage or overflow issues? 19Is there obvious sanitation or insect issues? 20Were and musty or mold related odors detected? 21 Were any public safety issues noted? *To be completed Quarterly
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24915R0212/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-15-R-0212 VA249-15-R-0212_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1895545&FileName=VA249-15-R-0212-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1895545&FileName=VA249-15-R-0212-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03657118-W 20150305/150303234824-563c491f08f2d26b3607a7fa9871f57a (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  © 1994-2020, Loren Data Corp.