Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2015 FBO #4872
DOCUMENT

V -- Lodgetel - Attachment

Notice Date
3/26/2015
 
Notice Type
Attachment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (248);Room 315, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
 
ZIP Code
33744
 
Solicitation Number
VA24815N1007
 
Response Due
4/9/2015
 
Archive Date
6/8/2015
 
Point of Contact
Annette Whitfield
 
E-Mail Address
annette.whitfield@va.gov
(annette.whitfield@va.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SMALL BUSINESS SOURES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS, PROPOSAL ABSTRACTS, QUOTATIONS OR INVITATION FOR BIDS The C.W. Bill Young Veterans Affairs Medical Center (CWBYVAMC) is conducting the sources sought to obtain information regarding: (1) The availability and capability of small business sources; (2) Whether they are Service-Disabled Veteran Owned, Veteran Owned, Small Business, HUB Zone 8(a), Women Owned, or small disadvantage concerns (3) Their size classification relative to the North American Industry Classification System (NAICS) code for the proposed action. Your responses to the information requested will assist the Government in determining the appropriate method, including whether a set-aside is possible. An organization that is not considered a small business under this NAICS code should not submit a response to this notice. Small business concerns shall be capable of providing 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 the Federal, State or City codes regarding operations of this type of service. The NAICS code is 721110. A.GENERAL GUIDANCE 1.Title of Project: The Lodgetel Program 2.Scope of Work: The contractor shall provide 15 furnished hotel or motel rooms per day and 2 American with Disabilities Act (ADA) compliant single occupancy rooms for authorized eligible Veterans. Rooms offered shall be within a 20 miles or 30 minutes distance of C.W. Bill Young VA Medical Center (hereinafter CWBYVAMC) located at 10000 Bay Pines Blvd. Bay Pines, FL. Contractor will also be responsible for providing transportation for Veterans who are in need of transportation between the hotel and treatment facility. 3.Place of Performance: Hotel Background CWBYVAMC Center located at 10000 Bay Pines Blvd., Bay Pines, FL has a need for a minimum of 15 furnished hotel or motel rooms per day rooms and 2 American with Disabilities Act (ADA) Compliant furnished single occupancy hotel or motel rooms within a 20 miles or 30 minutes distance of the CWBYVAMC for lodging of eligible Veterans in need of treatment at CWBYVAMC. The Lodgetel Program is designated for lodging furnished to eligible Veterans receiving VA health care services to include Compensation and Pension examinations, or services in connection with a Compensation and Pension examination. General Requirements a.Veterans using this benefit must be medically stable and capable of self-care. The Veteran must be able to stay in an unsupervised setting or be accompanied by a caregiver that is able to provide the necessary care needed. b.The rooms are to accommodate those veterans who may have to travel long distances for evaluation before, during, and after treatment received, (i.e., for less than 24-hour pre-operative/intervention or post-operative follow-up for Ambulatory Surgery, Nuclear Medicine, MRI, GI, ophthalmology, oncology, and other medical specialties as the need arises). Only patients normally discharged to their home will be considered for lodging. Hotel or motel shall be in a safe environment and located within a 20 mile radius of CWBYVAMC. 1)Terms of Contract: Period of performance expected to be October 1, 2015 through September 30, 2016 with four (4) one-year options for renewal. 2)Room Requirements: a.Contractor shall provide 15 furnished hotel or motel rooms per day and 2 ADA compliant single occupancy furnished rooms for authorized eligible Veterans. Rooms offered shall be within a 20 miles or 30 minutes distance of the CWBYVAMC 10000 Bay Pines Blvd. Bay Pines, FL. Contractor will be responsible for providing transportation for Veterans who are in need of transportation between the hotel and treatment facility. b.Daily room rates shall include all applicable taxes, fees, and any other no-charge services offered to guests of the hotel/motel. Rooms shall provide a minimum of 15 furnished hotel or motel rooms per day and 2 American with Disabilities Act (ADA) compliant single occupancy rooms for authorized eligible Veterans. ADA compliant rooms shall be wheelchair accessible and there shall be no physical barriers. All ADA rooms shall comply with the applicable NFPA 101 and ADA guidelines. c.All rooms shall be physically located in a single location within 20 miles or 30 minutes distance of the CWBYVAMC. The fully furnished hotel/motel rooms shall include contractor provided utilities and other specified services (minimum of TV, clock radio, refrigerator and local phone access (no deposits required). 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. d.All rooms shall be non-smoking rooms. As these rooms are contracted by the CWBYVAMC and are non-smoking rooms, smoking will not be permitted in these rooms. Anyone found doing so would be barred from the Lodgetel Program. The Offeror will provide a "designated smoking area" with proper signage. No liquor, drugs, or disrupted behavior will be tolerated in these rooms at any time, as they are contracted by the CWBYVAMC and anyone found doing so will be asked to leave and will be barred from The Lodgetel Program. Any damages or cleaning cost will be at the Veterans expense. e.Rooms must be neat and clean upon Veterans check-in. f.Contractor shall supply all utilities including heat, air conditioning, electricity, water and sewer, and basic television cable service. 3)ROOM RESERVATIONS: a.Room reservations, room occupancy, and room payment will be on the following basis: (1) The Contractor shall allow contracted rooms to be occupied only by specific individual referred by the Lodgetel Coordinator or designee of the CWBYVAMC. The Lodgetel Coordinator or designee will inform the Contractor of each individual's name and the expected arrival time at the Contractor's motel/hotel. (2) Services shall be performed twenty-four (24) hours per day, seven (7) days per week. The Contractor shall use check in and check out times agreed upon by CWBYVAMC and Contractor. (3) Services shall be provided on all 10 Federal Holidays, observed by the Federal Government, plus any other day specifically declared by the President of the United States: New Year's DayLabor Day Martin Luther King Jr. DayColumbus Day Presidents' DayVeterans Day Memorial DayThanksgiving Day Independence DayChristmas Day b.The authorized dates and length of stay will be documented on the CWBYVAMC authorization sheets and faxed to the Contractor by the Lodgetel Coordinator or designee. In the event that a VA referred occupant refuses to leave the room, the Contractor shall immediately notify the Lodgetel Coordinator or designee 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 Lodgetel Coordinator or designee at the VA. c.Each business day this facility and the contractor will reconcile the number of rooms in use, names of authorized individuals and their assigned room numbers. This will be done via fax between the contractor and the Lodgetel Coordinator or designee. 4)PATIENT EMERGENCIES: In the event a VA referred occupant is in an emergency situation of any kind, the Contractor shall contact the 911 emergency medical services to respond to the emergency. Once the emergency has ended the Contractor shall notify the Lodgetel Coordinator or designee at the VA of the situation. 5)GENERAL BUILDING REQUIREMENTS AND SPECIFICATIONS: a. Telephone Service Requirements: (1) Contractor shall provide local area, touch-tone, telephone service (no deposit required) for each room with long distance lockout to prevent additional charges to the room. The telephone service may be capable of long distance telephone service when long distance calls are placed using a telephone calling card or other telephone charge method. (2) Contractor shall provide one telephone in each room. a. Telephone service shall be equipped with voice messaging system or front desk message service. b.Fire Safety: (1) Buildings in which space is offered shall be evaluated in accordance with latest editions of the a.The standards of the Life Safety Code (National Fire Protection Association (NFPA) #101); b.The fire and safety code imposed by the State Law; and c.City, State, and Federal requirements concerning licensing and health codes (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. (3) Maintenance of contractor-owned fire extinguishers shall be provided by the contractor in accordance with NFPA Standard No. 101. a. As required by code, smoke detectors/alarms shall be installed in each room, office, storage area, hallways and other common areas. (4)Wheelchair Accessibility. Rooms will be wheelchair accessible. Common areas such as hallways shall provide for accessible path of travel for wheelchairs. (5)Elevators: If elevators are a part of the room complex, they shall conform to the latest requirements of the American National Standard A171 and A171a 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. (6)Miscellaneous: 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. (7)Inspection: The Government reserves the right, at any time before and after contract award and during the term of the contract, to inspect the rooms and all other areas of the complex access to which is necessary to ensure a safe and healthy environment for the VA referred occupants. 6)Quality Assurance: Contractor shall have an on-going quality assurance program designed to objectively and systematically monitor and evaluate the quality and cleanliness of rooms, accessibility and resolve identified problems. The written plan shall delineate the objective of the quality assurance activities, scope of the activities, activities for monitoring and evaluation, methods for reporting results, mechanisms for taking follow-up action and responsibilities of staff for each activity of the quality assurance program. The objectives, scope, organization, and effectiveness of the quality assurance plan shall be evaluated at least annually and revised as necessary. REPORTS (1) Contractor shall provide to the Contracting Officer's Representative (COR) or contracting office, monthly reports on their customer service surveys to include outline of any specific issues/problems for that month along with their solutions to correct any issues. (2) Contractor shall provide to the COR quarterly activity reports, with the following information: "Number of complaints regarding wheelchair (special mode) accessibility noted by veterans, and/or, others who accompany a veteran and provide equivalent of familial support "Number of complaints regarding rooms not clean upon check-in noted by Veterans, and/or, others who accompany veterans and provide equivalent of familial support "Number of complaints noting none working available electronic equipment in veterans' room such as the clock alarm, lighting, television, etc. 7)CUSTOMER SERVICE The Contractor shall provide all complaints noted by veterans, and/or, others who accompany the veteran and provide equivalent of familial support. Contractor shall develop a customer service survey form to be completed by the customer. This shall be part of the Contractor's Quality Assurance Program. 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 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 April 10, 2015 to: Department of Veterans Affairs, VISN 8 Network Contracting Office, ATTN: Annette Whitfield (248), 10000 Bay Pines Blvd., Bay Pines, FL 33744. Responses should be received no later than 3:00 PM EST. Submission must be made via email to: annette.whitfield@va.gov. NO CAPABILITY STATEMENTS MAY BE SUBMITTED AFTER APRIL 10, 2015. AT THIS TIME NO SOLICIATION EXISTS. (DO NOT REQUEST A COPY OF THE SOLICITATION.) A FUTURE NOTICE WILL BE POSTED WHEN THE SOLICITATION WILL BE RELEASED. 4) 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 combined synopsis will be published in Federal Business Opportunities (FBO.) 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/BPVAMC/VAMCCO80220/VA24815N1007/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-15-N-1007 VA248-15-N-1007.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1943383&FileName=VA248-15-N-1007-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1943383&FileName=VA248-15-N-1007-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03681020-W 20150328/150327000437-3b048d7164603e91955af949f1d622c0 (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.