SOLICITATION NOTICE
V -- Lodging Services IDIQ Period of Performance: 09-01-2022 to 08-31-2027 VA Nebraska Western Iowa Health Care System Amendment 0001 Extend Closing Date
- Notice Date
- 12/22/2021 2:13:38 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
- ZIP Code
- 55101
- Solicitation Number
- 36C26322Q0112
- Response Due
- 1/7/2022 10:00:00 AM
- Archive Date
- 04/16/2022
- Point of Contact
- Doug Reed, Contracting Officer, Phone: 605-336-3230 x7844
- E-Mail Address
-
douglas.reed3@va.gov
(douglas.reed3@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- 5. PROJECT NUMBER (if applicable) CODE 7. ADMINISTERED BY 2. AMENDMENT/MODIFICATION NUMBER CODE 6. ISSUED BY 8. NAME AND ADDRESS OF CONTRACTOR 4. REQUISITION/PURCHASE REQ. NUMBER 3. EFFECTIVE DATE 9A. AMENDMENT OF SOLICITATION NUMBER 9B. DATED PAGE OF PAGES 10A. MODIFICATION OF CONTRACT/ORDER NUMBER 10B. DATED BPA NO. 1. CONTRACT ID CODE FACILITY CODE CODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers E. IMPORTANT: is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY is not extended. 12. ACCOUNTING AND APPROPRIATION DATA (REV. 11/2016) is required to sign this document and return ___________ copies to the issuing office. is not, A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. 15C. DATE SIGNED B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER Contractor 16C. DATE SIGNED 14. DESCRIPTION OF AMENDMENT/MODIFICATION 16B. UNITED STATES OF AMERICA Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER 16A. NAME AND TITLE OF CONTRACTING OFFICER 15B. CONTRACTOR/OFFEROR STANDARD FORM 30 PREVIOUS EDITION NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.243 (Type or print) (Type or print) (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) (Number, street, county, State and ZIP Code) (If other than Item 6) (Specify type of modification and authority) (such as changes in paying office, appropriation date, etc.) (If required) (SEE ITEM 11) (SEE ITEM 13) (X) CHECK ONE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT (Signature of person authorized to sign) (Signature of Contracting Officer) 1 27 0001 N/A; to be listed on IDIQ task orders None Sioux Falls Services Team Department of Veterans Affairs NETWORK 23 CONTRACTING OFFICE 2501 W. 22nd St. Sioux Falls SD 57105 Sioux Falls Services Team Department of Veterans Affairs NETWORK 23 CONTRACTING OFFICE 2501 W. 22nd St. Sioux Falls SD 57105 To all Offerors/Bidders 36C26322Q0112 12-22-2021 X X X 1 12:00pm CST, 01-07-2022 See CONTINUATION Page N/A; to be included on task orders issued against Indefinite Delivery Indefinite Quantity (IDIQ) Contract. Lodging Services IDIQ to support the VA Nebraska Western Iowa Health Care System. Solicitation is amended as follows: 1) Solicitation closing date is extended to 12:00pm CST, 01-07-2022. The Government is no longer accepting technical questions for this solicitation. 2) B.2 (Price/Cost Schedule) is revised to include updated periods of performance. 3) B.3 (Statement of Work) is revised as highlighted in yellow. 4) Section C, Clauses 52.216-18 and 52.216-22, are updated. 5) Section C, Clause 52.223-99, is deleted in its entirety. 6) Instructions to Offerors is updated 7) Evaluation Factors is updated. Doug Reed Contracting Officer VA-VHA-2020-56D92567 CONTINUATION PAGE A.1 PRICE/COST SCHEDULE Contract guaranteed minimum is $60,000 and will be awarded at time of contract award via the initial task order. Contract maximum is $600,000 for lifetime of the contract. Quantities listed are estimates only based on historical data. Actual quantities on task orders can be less than or greater than estimated quantities listed based on VA Nebraska Western Iowa Health Care System needs. Only warranted Contracting Officers from Network Contracting Office (NCO) 23, Department of Veterans Affairs can issue task orders against this single award Indefinite Delivery, Indefinite Quantity (IDIQ) contract: ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 1001 746.00 EA __________________ __________________ Lodging Services for Omaha Year 1 09-01-2022 to 08-31-2023 PRINCIPAL NAICS CODE: 721110 - Hotels (except Casino Hotels) and Motels PRODUCT/SERVICE CODE: V231 - Transportation/Travel/Relocation - Travel/Lodging/Recruitment: Lodging, Hotel/Motel 1002 220.00 EA __________________ __________________ Lodging Services for Grand Island Year 1 09-01-2022 to 08-31-2023 PRINCIPAL NAICS CODE: 721110 - Hotels (except Casino Hotels) and Motels PRODUCT/SERVICE CODE: V231 - Transportation/Travel/Relocation - Travel/Lodging/Recruitment: Lodging, Hotel/Motel 2001 800.00 EA __________________ __________________ Lodging Services for Omaha Year 2 09-01-2023 to 08-31-2024 PRINCIPAL NAICS CODE: 721110 - Hotels (except Casino Hotels) and Motels PRODUCT/SERVICE CODE: V231 - Transportation/Travel/Relocation - Travel/Lodging/Recruitment: Lodging, Hotel/Motel 2002 250.00 EA __________________ __________________ Lodging Services for Grand Island Year 2 09-01-2023 to 08-31-2024 PRINCIPAL NAICS CODE: 721110 - Hotels (except Casino Hotels) and Motels PRODUCT/SERVICE CODE: V231 - Transportation/Travel/Relocation - Travel/Lodging/Recruitment: Lodging, Hotel/Motel 3001 900.00 EA __________________ __________________ Lodging Services for Omaha Year 3 09-01-2024 to 08-31-2025 PRINCIPAL NAICS CODE: 721110 - Hotels (except Casino Hotels) and Motels PRODUCT/SERVICE CODE: V231 - Transportation/Travel/Relocation - Travel/Lodging/Recruitment: Lodging, Hotel/Motel 3002 300.00 EA __________________ __________________ Lodging Services for Grand Island Year 3 09-01-2024 to 08-31-2025 PRINCIPAL NAICS CODE: 721110 - Hotels (except Casino Hotels) and Motels PRODUCT/SERVICE CODE: V231 - Transportation/Travel/Relocation - Travel/Lodging/Recruitment: Lodging, Hotel/Motel 4001 900.00 EA __________________ __________________ Lodging Services for Omaha Year 4 09-01-2025 to 08-31-2026 PRINCIPAL NAICS CODE: 721110 - Hotels (except Casino Hotels) and Motels PRODUCT/SERVICE CODE: V231 - Transportation/Travel/Relocation - Travel/Lodging/Recruitment: Lodging, Hotel/Motel 4002 300.00 EA __________________ __________________ Lodging Services for Grand Island Year 4 09-01-2025 to 08-31-2026 PRINCIPAL NAICS CODE: 721110 - Hotels (except Casino Hotels) and Motels PRODUCT/SERVICE CODE: V231 - Transportation/Travel/Relocation - Travel/Lodging/Recruitment: Lodging, Hotel/Motel 5001 900.00 EA __________________ __________________ Lodging Services for Omaha Year 5 09-01-2026 to 08-31-2027 PRINCIPAL NAICS CODE: 721110 - Hotels (except Casino Hotels) and Motels PRODUCT/SERVICE CODE: V231 - Transportation/Travel/Relocation - Travel/Lodging/Recruitment: Lodging, Hotel/Motel 5002 300.00 EA __________________ __________________ Lodging Services for Grand Island Year 5 09-01-2026 to 08-31-2027 PRINCIPAL NAICS CODE: 721110 - Hotels (except Casino Hotels) and Motels PRODUCT/SERVICE CODE: V231 - Transportation/Travel/Relocation - Travel/Lodging/Recruitment: Lodging, Hotel/Motel ESTIMATED GRAND TOTAL (ALL LINE ITEMS) __________________ B.3 STATEMENT OF WORK (SOW) DESCRIPTION OF SERVICES: VA Nebraska Western Iowa Health Care System (NWI) has a need for Contractor to provide double occupancy hotel rooms within eight (8) miles of the locations specified below for lodging of eligible Veteran patients: Locations Covered NWI Omaha VA Medical Center 4101 Woolworth Avenue Omaha, NE 68105 NWI Grand Island VA Medical Center 2201 North Broadwell Avenue Grand Island, NE 68803 ORDERING AUTHORITY: Task orders against this Indefinite Delivery Indefinite Quantity (IDIQ) contract shall only be made by warranted Contracting Officers of Network 23 Contracting Office, Department of Veterans Affairs. PERIOD OF PERFORMANCE: This is a single award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for five (5) year ordering period, from 09-01-2022 to 08-31-2027; task orders will be issued against IDIQ contract for each year of ordering period: Year Begins Ends 1 09-01-2022 08-31-2023 2 09-01-2023 08-31-2024 3 09-01-2024 08-31-2025 4 09-01-2025 08-31-2026 5 09-01-2026 08-31-2027 SCOPE OF WORK: Rooms shall be located in any hotel or motel negotiated by the Contractor that meets the requirements as specified in this SOW. VA Maintainers of the Contract: Eligibility Department 8:00am 4:30pm; M-F 402.995.4050 Administrative Officers of the Day (AODs) All Other Hours including S-S & Holidays 402.995.3249 Contracting Officer s Representative 6:30am 5pm; M, Tu, Th, F 402.995.3745 (COR) Scheduling and Availability: Omaha requires ten rooms be available daily; two to four of which should be American Disabilities Act (ADA) compliant rooms. Grand Island requires five rooms be available daily; one of which should be an ADA compliant room. The Government does not guarantee 10 rooms but needs them to remain available until 7:00pm the night of the stay. If after 7:00pm, there has been no contact to keep a room available or place a reservation, the room can be made available to the public. The Government will not pay for rooms it is not using for Veteran patients to stay. The Government is not subject to standard cancellation policies and will not pay for lodging cancelled. NWI may request additional rooms dependent on availability by the hotel. Occasionally, a roll-away bed may be required at no additional charge. Rooms must remain available until 7:00 pm even during extremely busy times such as the Nebraska State Fair and the College World Series. This applies to Check-In only for rooms, not Check-Out of rooms. If Contractor has more than one hotel in Omaha and Grand Island areas that can meet the required rooms to be available daily (Hotel A in Omaha can make six rooms available and Hotel B in Omaha can make four rooms available), that is allowable. Designated VA personnel will call the hotel to reserve rooms in Grand Island. In Omaha, the staff will call to verify if a faxed voucher card has been received. Veterans may be provided with a voucher card to show proof of authorized stay. Reservations shall be made by Eligibility Department staff during normal office hours or AODs during other than normal office hours and weekends. Voucher Cards, whether faxed in or presented in person, are the only authorization for these stays in the hotel/motel. If authorization is questionable, please contact the Eligibility Department or the AODs. Veterans who are authorized to stay at contractor's facility at VA expense will be given a Voucher Card to present to hotel personnel on check-in (Omaha only) or a Voucher Card will be faxed in on the Veterans behalf. Only those Veterans having that authorization will be approved for VA payment. If authorization is questionable, please contact the Eligibility Department or AODs. In the event that a VA referred occupant refuses to leave the room, the Contractor shall immediately notify the Eligibility Department or AODs. 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 Eligibility Department or AODs if the checkout occurs during other than normal business hours. In the event the contractor is unable to provide a required room for a VA referred occupant, it is the contractor s responsibility to find and compensate another temporary lodging facility that will meet the same conditions and standards as aforementioned. The contracted facility shall have a clothes washer and dryer available to Veteran patients. In lieu of washer/dryer on property, Contractor can offer same-day laundry and dry-cleaning service through nearby dry cleaner that can provide this service to Veteran patient. Payment for such service would be responsibility of Veteran patient and not the Government. 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. Food: The contractor shall provide a continental breakfast for VA referred occupants. Parking: Facility shall have free off-road parking available on site for those Veterans driving. Transportation: Contractor shall provide transportation services for those Veterans requiring transportation between contractor's facility and the patient s medical appointment wherever in the metropolitan area that appointment might be; the contractor shall provide transportation for the Veteran and/or support person during the hours of 6:00am-8:00pm Central Standard Time (CST). For the hours when shuttle service is not available, NWI will be responsible for providing transportation. Response for a transport must be within 30 minutes of the request. Transport must be available 7 days a week including all federal holidays. The contractor agrees to maintain, during the term of this contract, vehicular liability insurance for any vehicle it uses to transport Veterans and general public liability insurance in an amount as required by the State of Nebraska. Contractor shall provide evidence of insurance coverage to VA upon award of IDIQ contract. If there is a Veteran patient that does not require transportation, then Contractor may offer lodging facility to Veteran patient that does not offer transportation. If Veteran patient requires transportation, then expectation is the Contractor shall offer lodging to Veteran patient that provides transportation. Contractor lodging facility driver is only required to drop off Veteran patient at Omaha or Grand Island VA Medical Centers and is not required to escort patient to inside of facilities, as this is a drop-off only. Securing Belongings: Contracted facilities shall allow Veterans to leave their belongings in the room or have a room available for Veteran to store his/her items until return from his/her appointment if after checkout time. 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 Eligibility Department or AODs (depending on the time of day) of the situation. BUILDING REQUIREMENTS AND SPECIFICATIONS: ADA Compliance: Offeror s facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12101 et. Seq.). Buildings in which space is offered shall be evaluated in accordance with latest editions of the AMERICAN DISABILITIES ACT (ADA). Facility must be ADA accessible. Common areas such as hallways shall provide for accessible path of travel for wheelchairs to include ramps wherever necessary. Rooms will be wheelchair accessible. Each identified ADA specific room shall be on the ground floor. The interior of the room shall not have any stairs. Rooms deemed as handicap accessible must meet the Americans with Disabilities Act (ADA) guidelines. This includes but are not limited to larger entrance doors, generally more space for the mobility ease of a wheelchair / motorized scooters. Restrooms should be such that commode transfer, shower transfer and under the sink approach are part of the setup of the room. First floor is preferred, but if Contractor lodging facility elevator is large enough to accommodate a large scooter or wheelchair, then this is acceptable in lieu of first floor ADA-compliant or standard rooms if they are not available at time of Veteran patient check-in. Hotel and Motel Fire Safety Act Compliance: The entire facility shall comply with the applicable Hotel and Motel Fire Safety Act of 1990 (Public Law 101-391) (15 U.S.C. 2201 et. Seq.) (NFPA Standard 101). 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 be listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.dhs.gov/applications/hotel/. Offers proposing facilities that are not listed will be rejected as nonresponsive. Buildings in which space is offered shall be evaluated in accordance with latest editions of the NFPA STANDARD 101, LIFE SAFETY CODE. 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. Maintenance of contractor-owned fire extinguishers shall be provided by the contractor in accordance with NFPA Standard No. 101. As required by code, smoke detectors/alarms shall be installed in each room, office, storage area, hallway, and other common areas. Required testing shall be performed, documented and a copy of the inspection report shall be provided to the VA COR if requested. Environmental Safety: 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. 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 calendar days in advance of the event. Cleanliness: Exterior of the building, parking lot, lobby, common areas, public restrooms, hallways and elevators must be clean. Must be free of debris, stains, smudges and odors. Fabrics cannot be ripped, torn or frayed. Wood cannot be chipped, scratched or have splinters. No hard surfaces can be broken, dented, chipped or have bent legs. All surfaces including metal, wood, tile, fabric and windows must be kept clean. Carpets must be vacuumed daily and washed as needed to maintain a clean appearance. Carpets must also maintain their stretch so as not to form bunching or bumps in the carpet. 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. A copy of current Inspection report shall be furnished to the VA COR if requested. ROOM REQUIREMENTS: Each room shall comply with the following general room requirements: Net usable space: Each room shall have a minimum of 200 square feet of net usable space. 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 ½ or less in length. 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. All windows shall be able to be secured in a closed position. The windows shall be effectively weather-stripped, and skylights shall be free of cracks and shall fit tightly in the window frame. 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. 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; if not entering into a climate-controlled hallway, the door shall have weather stripping on four sides of door or frame to effectively seal off air leaks. Each room shall be smoke-free. Contractor and contracted facility personnel shall not smoke in the rooms at any time whether or not VA-referred occupants are present. Each room shall be on the ground floor or be elevator serviced except for ADA which needs to be on the ground floor. There shall be no more than four (4) steps up or down from parking areas to the room or to the elevator lobby as well as a ramp for wheelchair accessibility. Each room s bathroom shall have the following: shower only or combination tub/shower; commode; vanity; mirror above vanity; overhead light; exhaust fan which exhausts to outside air; GFI protected electrical outlets; solid non-porous floor coverings. Additional space if ADA room. Cleanliness: Rooms shall be neat and clean upon Veteran s check-in. Rooms will be available for check in by 1:00 pm each day. Rooms not clean when addressed by the Veteran shall have services rendered within 15 minutes of notification to the hotel front desk staff. For rooms not cleaned within 30 minutes of Veteran s check-in, accommodations (and transportation if required) shall be made by the hotel staff at the hotel s cost to find another available room in a same class hotel within eight (8) miles of VA facility with required transportation services as called for in this SOW. FURNITURE REQUIREMENTS: Each room shall have, at a minimum, one double/queen size bed, at least one nightstand, one dresser, one seat, two lamps, a clock/radio, a telephone and a television w/ remote control. Also, a closet to include a suitcase rack. All must be free of stains, smudges and odors. Fabrics cannot be ripped, torn or frayed. Wood cannot be chipped, scratched or have splinters. No hard surfaces can be broken, dented, chipped or have bent legs. All surfaces including metal, wood, tile, fabric and windows must be kept clean. Carpets must be vacuumed daily and washed as needed to maintain a clean appearance. Carpets must also maintain their stretch so as not to form bunching or bumps in the carpet. Each bed shall be supplied with bed linens which will be freshly cleaned, free of stains, odors, tears, and in good condition. ROOM MAINTENANCE REQUIREMENTS: Daily room maintenance shall comply with all Federal, State and local laws and regulations. Daily room service shall be provided for each room on the following basis: If a specific room was previously occupied the night before by the same VA referred occupant, the following daily room service shall be performed: 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, unless clean linens are requested Vacuum all carpeting. Clean the bathroom floor, vanity sink and mirror, commode, and bath/shower unit. Change all used bath linens with laundered bath linens. Empty wastepaper baskets. Replace toilet paper roll when three quarters consumed. If the previous night s occupant is different from the VA referred occupant, the bed linens shall be changed daily as the room occupants change. Utilities: Contractor shall supply all utilities including heat, air conditioning, electricity, lighting, water and sewer, local telephone service, free basic cable service and free internet / Wi-Fi access. Heating and Cooling: Each room shall have permanently installed, functioning cooling and heating system with thermostatic control inside the room. The heating system is required to maintain a temperature of 80 degrees Fahrenheit. The air conditioning system is required to maintain a temperature of 65 degrees Fahrenheit. All cooling and heating devices and appliances, including but not limited to furnaces, fireplaces, electrical baseboard heaters and water heaters, shall be in good and safe working order and shall meet all installation, safety and building codes. Contractor 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 thirty (30) calendar days, documentation shall be provided if asked for by the VA COR. Electrical and Lighting: Every room shall be provided with not less than two electric receptacle outlets and two electric light fixtures. Every toilet room, bathroom, laundry room, furnace room, public hallway, porch and flight of stairs between stories shall contain at least one supplied electric light fixture. Where an interior stairway or public hallway changes in direction, more than one supplied electric light fixture is required. All electrical equipment, wiring and appliances shall be in good and safe working order and shall meet all installation, safety and building codes. Water and Sewer (Sanitation): All plumbing fixtures shall be trapped and vented and connected to a sanitary sewer deemed acceptable by the city. All sanitary facilities, fixtures, equipment, structures and premises shall be in a safe, sanitary condition, in good working order and meet all installation, safety and building codes. Telephone Service: 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. Telephone service shall be equipped with voice messaging system or front desk message service. Free Basic Cable Television Service: Contractor must provide basic cable television service. Free Internet / Wi-Fi Access: Contractor must provide safe and secure internet access and provide the Wi-Fi password upon check-in. 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 necessary to ensure a safe and healthy environment for the VA referred occupants. NATIONAL ARCHIVES AND RECORDS ADMINISTRATION (NARA) RECORDS MANAGEMENT FOR CONTRACTS: Citations to pertinent laws, codes and regulations such as 44 U.S.C. Chapter 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under or relating to this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. SERVICE CONTRACT LABOR STANDARDS: Contractor shall provide hourly wages in accordance with U.S. Department of Labor (USDOL) Wage Determinations and FAR Subpart 22.10 (Service Contract Labor Standards); USDOL Wage Determinations are attached as Attachment 1 in Section D below and updated versions will be modified into contract effective anniversary date of each year of contract as applicable. For guidance on Service Contract Labor Standards and to find the nearest USDOL resource, please refer to https://www.dol.gov/whd/local/index.htm. BUSINESS ASSOCIATE AGREEMENT: This contract involves the use of Personal Health Information (PHI), and therefore a Business Associate Agreement (BAA) shall be required between VA and the Contractor. The BAA, attached as Attachment 2 in Section D below, must be signed by the Contractor no later than five business days after award. The Contractor shall follow all VA rules and regulations regarding information security to prevent disclosure of sensitive information to unauthorized individuals or organizations. The Contractor may have access to Protected Health Information (PHI) and Electronic Protected Health Information (EPHI) that is subject to protection under the regulations issued by the Department of Health and Human Services, as mandated by the Health Insurance Portability and Accountability Act of 1996 (HIPAA); 45 CFR Parts 160 and 164, Subparts A and E, the Standards for Privacy of Individually Identifiable Health Information ( Privacy Rule ); and 45 CFR Parts 160 and 164, Subparts A and C, the Security Standard ( Security Rule ). Pursuant to the Privacy and Security Rules, the Contractor must agree in writing to certain mandatory provisions regarding the use and disclosure of PHI and EPHI. The Contractor shall have access to some privileged and confidential materials of VA. These printed and electronic documents are for internal use only, are not to be copied or released without permission, and remain the sole property of VA. Some of these materials are protected by the Privacy Act of 1974 (rev...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ad33144e04a84f608be59c902df898fd/view)
- Place of Performance
- Address: VA Nebraska Western Iowa Health Care System 4101 Woolworth Avenue, Omaha 68105, USA
- Zip Code: 68105
- Country: USA
- Zip Code: 68105
- Record
- SN06203658-F 20211224/211222230110 (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 |