SOURCES SOUGHT
V -- Houston, TX - VA Hoptel/Lodging (VA-23-00001004)
- Notice Date
- 5/23/2022 6:33:05 AM
- Notice Type
- Sources Sought
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25622Q0956
- Response Due
- 5/27/2022 11:00:00 AM
- Archive Date
- 07/26/2022
- Point of Contact
- Shreeia Curry, Contract Specialist, Phone: 732-440-9660 x28680
- E-Mail Address
-
Shreeia.Curry@va.gov
(Shreeia.Curry@va.gov)
- Awardee
- null
- Description
- DEPARTMENT OF VETERANS AFFAIRS NEWORK CONTRACTING OFFICE (NCO) 16 MICHAEL E. DEBAKEY VA MEDICAL CENTER (VAMC), HOUSTON, TEXAS REQUEST FOR INFORMATION 36C25622Q0956 PERFORMANCE WORK STATEMENT (PWS) BACKGROUND: Michael E. DeBakey Veterans Affairs Medical Center (MEDVAMC) Transplant Program works with patients from out of state that are potentially eligible for Kidney/Liver/Heart/LVAD transplant. Off-site lodging has provided housing for transplant recipients, living donors and caregivers. SCOPE: The Contractor shall provide off-site lodging services for all transplant beneficiaries of MEDVAMC, 2002 Holcombe Blvd, Houston, Texas. Off-site lodging services are to include Emergent and Non-Emergent lodging which could either be scheduled and non-scheduled. These services are to be provided from October 1, 2022, through September 30, 2023, which will be considered as the base year, with the Government's option to exercise up to four, one year renewal periods in accordance with all the terms, conditions, provisions and schedule of this solicitation. SPECIFICATION: Contractor shall furnish rooms to VA beneficiaries as referred by authorized personnel of MEDVAMC. The contractor shall furnish all standard supplies/services included as minimum room requirements. Lodging shall be provided in accordance with VA HOPTEL Directive 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. The lodging facility must be within a 7-mile distance from the referring facility. VA lodgers shall include the Veterans and their spouse/family member or caregiver (Veteran plus one) based on determination of clinical need to have another party with the Veteran in the room. Lodging will be notified by VA prior to Veteran s arrival. VA encourages lodging to accept patients at all hours, but VA will be flexible based on motel/hotel schedule and check in policies. Hotel premises security will be provided and ensured. Clear policies should be available to VA and Veterans about what items can be brought into the hotel room. The contractor shall provide a daily continental breakfast to the VA referred occupants. The contractor shall provide internet access wired or wireless at no cost to the Veteran. The vendor must have a contract staff person on site 24 hours a day, seven days a week. The VA will not be held responsible for losses or damage incurred to the premises during a lodgers stay in the room. Reservations. Contractor will dedicate to MEDVAMC patients an estimated amount of rooms DAILY UNTIL 5PM . Offsite Lodging- Primary Location (1-7 day stay) = 7 Rooms /day (at least 3 ADA accessibility rooms) Offsite Lodging Long Term Stay/Over-Fill (8-30 day stay) = 3 Rooms/day (3 ADA accessibility rooms) w/ Kitchenette The rooms not occupied by the VA may be sold to other customers, with no penalty to the VA. In the event that a veteran is a no-show to the lodging facility or if there is a cancelation, the VA will not be held responsible for the cost of the unit. The price of rooms shall exclude tax, as the Federal Government is tax exempt. The contract will need to cover a range from a 1 night stay up to a 30 day stay per patient. All reservations shall be made only by a MEDVAC Transplant Coordinator, Program Support Assistant, Nurse Manager, or the Administrative Officer. Reservation notice can be anywhere from the same days notice or up to 30 days in advance. Reservations will be made with the following information: Name of Veteran, Arrival and Departure Dates, Type of Room. The Contractor shall provide a confirmation number upon confirmation of each reservation. Contractor shall guarantee that there shall be no Black-Out Dates unless negotiated and accepted by both parties prior to exercising the contract. In the event that a VA referred beneficiary refuses to leave the room, the Contractor shall immediately notify authorized personnel. Also, in the event that a VA referred beneficiary checks out of the hotel/motel without prior notice from the VA the Contractor shall immediately notify authorized personnel at the VA. The Contractor shall submit an invoice to the VA for payment of room nights used monthly in arrears. Invoices are due by the 15th of the month following previous month s services. The invoice shall contain the contract number, name of beneficiary and dates of lodging. Transportation. Shuttle Bus Service ADA Accessible Shuttle service at reasonable increments throughout the day for transporting clients between lodging facility and MEDVAMC, 6:00 am until 6:00pm Monday- Friday, is preferred. Weekends shuttle available during 8:00am 6:00pm or upon request. If transportation to medical care is needed, hotel/motel contractor staff will be willing to assist in calling the VA for van or ambulance transportation, or local Emergency Medical Services (EMS) for ambulance transportation. Guest Room Maintenance. All rooms shall conform to the City of Houston, Texas, guidelines for hotel/motel rooms. Rooms will be located on the ground floor if there is no public elevator access readily available. There shall be no more than four (4) steps up or down from parking areas to the room or to the elevator lobby. The interior of the room shall not have any stairs. If an elevator is needed, the room must be near the elevator. Each room shall be smoke-free. Contractor and contracted facility personnel shall not smoke in the rooms at any time whether VA-referred occupants are present. The facility must have at least 3 designated room that conforms to ADA requirements for handicap accessible showers and handrails. Two (2) double beds for family occupancy. A Private bathroom. Each room s bathroom shall have the following: combination tub/shower; 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. Restrooms shall be disinfected, free of dirt, deposits, streaks and odors. Showers shall be disinfected and free of soap film, scum and other deposits. Floor shall be free of litter, dirt, dust and debris. Kitchenette supplies (dishes, pots and pans, cooking and eating utensils, stove top, refrigerator, toaster and microwave in good working order and must be available in the room) Prior to occupancy by new tenant, the rooms shall be thoroughly cleaned in accordance with CDC guidelines. A checklist shall be utilized with a rating system to evaluate the cleanliness of each room. Pest Management: There shall be no observation of roaches, ants or any other pests that will cause an unhealthy environment. Infestation of skin parasites, such as bed bugs, must have rapid (within 24-hour) response. Housekeeping services will use CDC guidelines to clean rooms regarding both how to clean and what to wear for Person Protective Equipment (PPE) while cleaning. Bed linen changing weekly or more if requested by veteran. Exchange out linen as needed, empty garbage, vacuuming, replenish kitchen cleaning supplies, replenish toilet paper. Towels and linens can be requested by Veteran and dropped off contact free during their entire stay. Linen items shall not be torn, overly worn and must be free of stains. Working TV in each room with remote and minimum basic cable to include network channels. VA will not incur charges for any, Pay Per View services or alcohol in minibars, etc. Telephone service must be provided in each room with free local calls and voicemail. Policies regarding long distance calls must be made clear to the VA and Veterans. Cost resulting from phone calls from the room will not be incurred by the VA or Veterans. Cost resulting from damages to the room will not be incurred by the VA or Veterans unless specified in incidentals charge agreement. 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. GENERAL BUILDING REQUIREMENTS AND SPECIFICATIONS: Heating and Cooling Requirements shall be in compliance with ADA and/or State of LA Laws. All cooling and heating devices and appliances, including but not limited to furnaces, fireplaces, electrical baseboard heaters and water heaters, shall be an approved type in good and safe working order and shall meet all installation and safety codes. Telephone Service Requirements: Contractor shall provide local area, touch tone, telephone service (no deposit required) 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. Fire Safety: Buildings in which space is offered shall be evaluated in accordance with latest editions of the NFPA 101, LIFE SAFETY CODE and AMERICAN DISABILITIES (2) As required by code, smoke detectors/alarms shall be installed in each room, office, storage area, hallways and other common areas. Wheelchair Accessibility: Common areas such as hallways shall provide for accessible path of travel for wheelchairs. 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. To be eligible for award under this solicitation, the Contractor 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 System for Award Management (SAM) database found at https://www.sam.gov/portal/public/SAM/ or by calling 1-866-606-8220. Offers proposing facilities that are not listed will be rejected as non-responsive. In addition, the Contractor facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 1210 et.seq.). INSPECTION AND ACCEPTANCE: The Government reserves the right to fully inspect the Contractor lodging facility by a team of VA contract and safety team members at any time. Evaluation team will complete an inspection prior to the award of the contract. STATEMENT: The C&A requirements do not apply, and that a Security Accreditation Package is not required. UNAUTHORIZED STAYS/LODGING: Any stays without prior authorization from VA authorized personnel will not be paid. PATIENT EMERGENCIES: In the event a VA referred beneficiary 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 authorized personnel at the VA of the situation. REQUESTED RESPONSES: The intent of this Request for Information is to establish sources to define the procurement strategy (e.g., set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following: Respond to this RFI if you can provide the exact services/products listed in the PWS above. In the response, please cite your business size status. If you have an existing GSA or VA, Federal Supply Schedule contract, include the contract details in your response. CONTACT INFORMATION AND RESPONSE DUE DATE: Email all responses to Shreeia.Curry@va.gov. Respond to this RFI no later than May 27, 2022,1:00 PM CST. DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ca512541b85e4e69aaf49fa70a9cb207/view)
- Place of Performance
- Address: Michael E. DeBakey VA Medical Center 2002 Holcombe Blvd, Houston, TX 77030, USA
- Zip Code: 77030
- Country: USA
- Zip Code: 77030
- Record
- SN06335875-F 20220525/220523230105 (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 |