Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 05, 2025 SAM #8531
SOLICITATION NOTICE

V -- NEW York Hoptel

Notice Date
4/3/2025 11:02:19 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24925Q0202
 
Response Due
5/3/2025 3:00:00 PM
 
Archive Date
06/02/2025
 
Point of Contact
Diane Ziegler, Contracting Officer, Phone: 615-225-6479
 
E-Mail Address
diane.ziegler@va.gov
(diane.ziegler@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 2 of 2 (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. (ii) This solicitation is issued as a request for quotations (RFQ) # 36C24925Q0202. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Deviations FEB 2025 CAAC Letters 2025-01/02(eff.02/18/2025) VAAM Alert 24-10 (eff. 04/09/2024) Acquisition Policy Flash 25-05 (eff. immediately (sent 4/2/2025)) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (JAN 2025) [(DEVIATION FEB 2025)] (iv) This procurement is a 100% Service Disabled Veteran Owned Small Business Set-Aside. The associated North American Industrial Classification System (NAICS) code for this requirement is NAICS Code 721110 Hotels (except Casino Hotels) and Motels, ($40 Million SBA Size Standard). Business size status shall be listed and verified with the US Small Business Administration's ""Veteran Small Business Certification (VETCert)"" at https://veterans.certify.sba.gov , at the time of quote submission and award. (v) This is a service contract to provide Lodging (hotel) rooms. Below is a template for pricing. Contractors may provide their own pricing document, but it must be broken down to allow for price reasonableness determination. (vi) The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, Instructions to Quoters Commercial Items (Addendum attached) 2. FAR 52.212-2, Evaluation-Simplified Acquisition Procedures 3. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (www.sam.gov registration is required to be complete at time of submission of response) (vii) The following clauses are applicable to this acquisition: 1. FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services and any addenda to the clause. 2. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services and regarding which, if any, of the additional FAR clauses cited in the clause are applicable to this acquisition. (viii) Quotes are due May 03, 2025 at 5:00 PM (CT). Quotes shall be submitted via email to: diane.ziegler@va.gov . Quotes received after this date and time will be considered late in accordance with FAR Provision 52.212-1 and will not be evaluated unless the Contracting Officer determines the late quote will be accepted IAW FAR 52.212-1(f)(2)(i)(A-C). Instructions are listed on pages 13-17. Quoters shall review the below Statement of Work (SOW) and provide pricing using the following Price/Cost Schedule. PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1,092.00 EA $ $ Lodging - fully furnished hotel rooms. Sunday through Thursday 4 (four) rooms per night and Friday 1 (one) room. Estimated 21 rooms per week (1092 rooms per year) Contract Period: Base POP Begin: 09-01-2025 POP End: 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 1001 1,092.00 EA $ $ Lodging - fully furnished hotel rooms. Sunday through Thursday 4 (four) rooms per night and Friday 1 (one) room. Estimated 21 rooms per week (1092 rooms per year) Contract Period: Option 1 POP Begin: 09-01-2026 POP End: 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 2001 1,092.00 EA $ $ Lodging - fully furnished hotel rooms. Sunday through Thursday 4 (four) rooms per night and Friday 1 (one) room. Estimated 21 rooms per week (1092 rooms per year) Contract Period: Option 2 POP Begin: 09-01-2027 POP End: 08-31-2028 PRINCIPAL NAICS CODE: 721110 - Hotels (except Casino Hotels) and Motels PRODUCT/SERVICE CODE: V231 - Transportation/Travel/Relocation- Travel/Lodging/Recruitment: Lodging, Hotel/Motel 3001 1,092.00 EA $ $ Lodging - fully furnished hotel rooms. Sunday through Thursday 4 (four) rooms per night and Friday 1 (one) room. Estimated 21 rooms per week (1092 rooms per year) Contract Period: Option 3 POP Begin: 09-01-2028 POP End: 08-31-2029 PRINCIPAL NAICS CODE: 721110 - Hotels (except Casino Hotels) and Motels PRODUCT/SERVICE CODE: V231 - Transportation/Travel/Relocation- Travel/Lodging/Recruitment: Lodging, Hotel/Motel 4001 1,092.00 EA $ $ Lodging - fully furnished hotel rooms. Sunday through Thursday 4 (four) rooms per night and Friday 1 (one) room. Estimated 21 rooms per week (1092 rooms per year) Contract Period: Option 4 POP Begin: 09-01-2029 POP End: 08-31-2030 PRINCIPAL NAICS CODE: 721110 - Hotels (except Casino Hotels) and Motels PRODUCT/SERVICE CODE: V231 - Transportation/Travel/Relocation- Travel/Lodging/Recruitment: Lodging, Hotel/Motel GRAND TOTAL STATEMENT OF WORK Veterans Administration (VA) Tennessee Valley Healthcare System (TVHS) Alvin C. York VA Medical Center Veteran Patient Care Hoptel (Lodging Rooms) 1.0 INTRODUCTION The U.S. Department of Veterans Affairs (VA) requires the use of twenty-one (21) furnished hotel rooms per week. The rooms offered shall be reasonably located within 10 miles of the VA Medical Center, 3400 Lebanon Road, Murfreesboro TN. SCOPE The contractor shall provide twenty-one (21) fully furnished hotel rooms per week. The following is the daily room estimate Sunday 4 rooms, Monday 4 rooms, Tuesday 4 rooms, Wednesday 4 rooms, Thursday 4 rooms, and Friday 1 room. The lodging facility shall block off this number of rooms per day per week. The fully furnished hotel rooms shall include contractor provided utilities and other specified services. The hotel 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 National Fire Protection Association (NFPA) 101, 29 US Code of Federal Regulations (CFR). It is agreed by the contractor that the rooms shall 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 shall not be billed for the rooms not used. Contractor shall provide a point of contact with name, phone number, and email address for submission of reservations and for invoice reconciliation. This person shall Serve as liaison between the VA hospital and the facility and have the authority to secure and provide confirmation numbers for each reserved room. HOTEL REQUIREMENTS All rooms shall be located in a single hotel. Each unit shall be handicap accessible per Americans with Disabilities Act (ADA) standards for accessible design (standard), 28 C.F.R. pt. 36, Appendix A. Electronic Code of Federal Regulations (eCFR) The rooms shall be smoke free. Contractor personnel shall not smoke in the rooms at any time whether or not VA referred occupants are present. Rooms shall be single and double occupancy and handicapped accessible or be ADA compliant 28 C.F.R. pt. 36, Appendix A. 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. Rooms shall be in a reasonably quiet or tranquil part of the hotel/motel. The rooms shall be smoke free. Contractor shall supply all utilities including heat, air conditioning, electricity, water and sewer, local telephone service, and basic television cable service. Contractor shall provide on-call transportation for the referred Veteran from the contractor's hotel rooms to the VA Medical Center and/or from the VA Medical Center to the hotel 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 referred Veteran, after-hours Administrative Officer of the Day, or the VA COR to provide on-call transportation service to include all federal holidays. Federal holidays are identified as the following days: New Years Day Labor Day Martin Luther King Day Columbus Day President's Day Veterans Day Memorial Day Thanksgiving Day Juneteenth Independence Day Christmas Day Independence Day (And any other federal holidays as designated by the President) In the event a VA referred occupant is in an emergency of any kind, the Contractor shall contact 911. In addition, the Contractor shall immediately contact the VA Medical Center Contracting Officer Representative (COR) the VA Medical Center, Administrative Officer of the Day, 615-873-7172 if the emergency occurs in other than normal business hours. 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 shall be in full compliance with all requirements of the contract by that date. Inspection: The VA will inspect the facility prior to contract award to ensure compliance with all contract requirements. The government reserves the right, at any time after the contract is signed and during the term of the contract, to inspect the premises. These inspections can include all other areas of the building access necessary to ensure a safe and healthy environment for the Government tenants. Inspections will also provide the COR with information on the contractor s performance under this contract. A quarterly- unannounced inspection will be conducted by the government as a minimum. Base line results of air quality testing shall 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 shall be no evidence of Aspergillus Fumigatus or Stachbortrys in 150 liters per air sample x minimum of 12-15 random air samples. Room Reservations shall be on the following basis: The Contractor shall allow the occupancy of the room covered by this contract only upon the specific individual referral by the Contracting Officer's Representative (COR). Social Worker, or Program Support Clerk. The VA will inform the Contractor of Veterans last name and the expected arrival date at the Contractor's hotel. For this contract, the Contractor shall use its existing check in and check out times. The COR will notify the Contractor when specific individuals will be checking out of the hotel rooms. If a VA referred occupant refuses to leave the room, the Contractor shall immediately notify the COR. Also, if a VA referred occupant checks out of the hotel rooms-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. The Contractor shall submit an invoice to the VA via the electronic payment system for all rooms covered by this monthly in arrears. The invoice shall be for the actual number of rooms reserved in the previous month. Invoices shall be submitted on-line for payment. An itemized invoice shall be emailed to the COR for review and prior approval before the invoice is submitted electronically for payment. The COR will review the invoice within three days of receipt and respond to the Contractor with a determination of acceptability. Contract is not tax exempt; contractor is responsible for all taxes. DAILY ROOM SERVICE: Daily room service shall be provided 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. Vacuum all carpeting daily. 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. Dust furniture. If the previous night's occupant is different from the VA referred occupant for the next night, the bed linens shall be changed daily as the room occupant change. GENERAL BUILDING REQUIREMENTS & SPECIFICATIONS Heating and Cooling Requirements: 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 Fahrenheit (F). The air conditioning system is required to maintain a temperature of 65 degrees F. 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. 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 30 calendar days. Electrical and Lighting Requirements: 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. 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. All 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. Sanitation Requirements: All plumbing and sanitation fixtures, facilities and equipment shall be in safe and sanitary condition, in good working order and meet all federal, state, and local building codes. Telephone Service Requirements: 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. Contractor shall provide one telephone in each room. Telephone service shall be equipped with voice messaging system or front desk message service. Interior Space Requirements: 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. Floor 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. Floor shall be covered with vinyl floor covering or carpeting (vinyl asbestos floor tile shall not be used for new installations). Existing floor and/or window covering, or carpet may be accepted providing the floor coverings are in good condition. Fire Safety: The contractor shall submit its current written fire safety plan shall be submitted as part of the contract bid package. Buildings in which space is offered shall be maintained in accordance with latest editions of the National Fire Codes and Uniform Building Code. List of NFPA Codes and Standards 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 the hazards. Maintenance of contractor-owned fire extinguishers shall be provided by the contractor in, accordance with NFPA Standard No: 101. NFPA 101®: Life Safety Code® As required by code, smoke detectors/alarms shall be installed in each room, office, storage area, hallways, and other common areas. Facility shall meet NFPA Life Safety regulations on egress, fire, and smoke protective systems applicable to the Occupancy type. NFPA 101®: Life Safety Code® Asbestos- No asbestos containing fireproofing or insulation on building structures, acoustical treatment, molded or wet-applied ceiling or wall finishes/decorations, shall be permitted. Wheelchair Accessibility: Common areas such as hallways and laundry room 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 A17.1 and Al7.1a Safety Code for Elevators, ASME A17.1-2019: Safety Code for Elevators and Escalators - ANSI Blog 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. The 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 shall 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. Once notification of water intrusion event, TVHS Inspection team will perform visual inspection within 24 hours. 96 hours later the same TVHS inspection team will reevaluate, ensuring that the clean-up process was completed and that no additional testing is required. KEY COMPONENTS of a written interior moisture prevention and water intrusion event management program to prevent mold from colonizing the interior of a building by eliminating or limiting the conditions that foster mold establishment and growth. The plan shall include but not be limited to the following: Immediate visual inspection of occurring water issues. Rapid drying using commercial grade moisture meters, dehumidifiers, and water extraction and drying equipment. Quick and effective response to water intrusion to prevent or greatly reduce fungal growth and occupant exposure to mold and other bio aerosols. Shall be dry by approximately 15% moisture within 48 hours of the leak event to satisfactorily prevent colonizing mold growth. Recognize, examine, and dry the hidden places (below carpet pad, wall interiors etc.) where moisture and mold can occur. Fix leaks to plumbing or building envelope as soon as possible taking emergency steps to temporarily slow or stop water intrusion. Prevent moisture condensation by lowering the relative humidity in the inside air or by increasing surface temperatures where condensation is occurring. Avoid as much as possible covering walls with vinyl wall covering especially on cold temperature impacted walls. Vent moisture generating equipment such as in laundry or kitchen areas outside. Maintain indoor humidity below 60% (30%-50% is ideal). Ensure foundations/basements or crawl spaces are maintained in a dry condition. The VA reserves the 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. The VA reserves the right to do a visual assessment of environmental and safety conditions at the contract facility on a quarterly basis or at the time of a reported water intrusion event or other safety event impacting VA patients. Elevated 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. Once awarded the contractor is to perform baseline testing to demonstrate that the facility does not have a history of water intrusion events. The hotel shall contract with a Certified Industrial Hygienist with mold sampling experience, to assess the levels and species of mold contamination present. Elevated numbers of hydrophilic mold (equal to or greater than what is found outside) from a minimum of 10 randomly chosen rooms would indicate that Indoor Air Quality (IAQ) levels may not be satisfactory to properly protect occupants and that a history of water intrusion may have occurred. In the event of a catastrophic water event, facility or COR will coordinate with Contractor to move patients to clinically acceptable areas within the facility. If the entire building is deemed inhabitable, a new location meeting all the requirement shall be provided at the expense of the contractor. The attached inspection form shall 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) The VA inspection team will use the attached check list (Attachment B) in completing a quarterly fire and safety inspection as a documentation process. Inspection team will include: Contracting Officer Representative (COR) Infectious Control Environment of Care Staff Member Industrial Hygienist Safety Officer 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. If the building is partially or totally destroyed or damaged by fire or other casualty so that the space is not tenantable as determined by the Government, the government may terminate the contract for convenience as per FAR 52.249. 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. The contractor shall ensure that the facility is free of bugs and pests. The contractor shall provide a copy of their integrated pest management plan as part of the solicitation package. DELIVERABLES FURNITURE AND ACCESSORIES: Each room shall comply with the following general room requirements: 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. 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 apart from decorator type bulbs. All windows shall be able to be secured in a closed position. The windows shall be effectively weather-stripped and shall be free of cracks and shall be tightly fitted 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 a snap lock and dead bolt lock. In addition, exterior doors shall have an exterior light, peep hole fitted with 175 degree viewing lens. 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; Ground Fault Interrupter (GFI) protected electrical outlets; solid floor covering, ceramic tile, composition vinyl tile, or solid vinyl sheet. General Furniture Package 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 and shall not be covered by pull on slip covers. Non-upholstered furniture surfaces shall be free of scratches, broken surfaces, splinters, free of stains, and clean. Each room shall have the following furnishings: Table and two chairs each upholstered chair each lamp (1 between 2 beds if industry standard) 1 each color television with remote control each dresser and mirror each double sized or larger beds with headboard 2 each nightstand (1 between 2 beds if industry standard) 1 each clock radio with alarm each double size or larger mattress and box springs per bed Each double size or larger bed shall be supplied with the following bed linens which will be freshly cleaned, free of stains, odors, tears, and in good condition. each standard fiberfill pillows 2 each pillowcase 1 each flat sheet 1 each fitted sheet. 2 each thermal blanket 1 each bedspread 1 quilted mattress pad Bath 1 each skid resistant mat or equivalent for tub 4 each bath towels (25"" X 48"") 4 each hand towels (18"" X 30"") 4 each washcloth (12"" X 12"") 1 each shower liner or curtain if shower doors are not present 1 set of shower hooks if shower liner is not self-hanging. 1 each plastic waste basket 7 qt. Capacity 1 each bathroom mat 6.0 PERIOD OF PERFORMANCE: The term of this contract is anticipated a one (1) Base year plus four (4) option years. The COR for this contract is: LaTroy King / Outpatient Lodging Social Work and COR / Social Work services / 1310 24th Ave. South, Nashville, Tennessee 37212 / (615) 456-9840 / latroy.king@va.gov. (End of Statement of Work) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far INSTRUCTIONS TO QUOTERS Submitting your quote: Submit your company s quote by email the address specified on page 1 of this Request for Quotes (RFQ) utilizing either PDF or Microsoft Word file formats comprised of not more than 5 documents total (8 Megabyte File Size Limitation). Reply by email with Subject RFQ 36C24925Q0202 response . Vendors shall submit only one quote. If a concern submits more than one quote all quotes may be rejected from that concern. Quotes received that do not contain all of the following information being requested may be considered unacceptable. Submission deadline: Your quote must be received at the email address specified by the deadline specified on page 1. We will not consider any quote that we receive after the deadline unless we receive it before we issue an award and considering it will not delay the award. In case of an emergency that delays our operations and makes submission or receipt of your quote impossible, we will extend the deadline by one working day. All interested Parties are hereby advised that the Government shall not be responsible for late submissions, wi-fi/server interruptions related to the submission of a quote. It shall be the responsibility of each quoter to confirm receipt of quote with the Contracting Officer at the time of submission or prior to the close of the solicitation. Terms and content of your quote: Quote must be based on the terms of this RFQ. We may reject any quote that is not based on these terms in every respect. Your quote must contain all of the information described below. Information to be submitted: The following information is required on your quote: 1. RFQ Number: 36C24925Q0202 2. CONTRACTOR ________________________________________ (Contractor s Name) 3. ADDRESS ________________________________________(Street-City-State-Zip) 4. POINT OF CONTACT ________________________________________ (Name/Title/Phone/Email) 5. SAM UEI NUMBER ________________________________________ 6. All quotes shall include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the RFQ are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the RFQ are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" 7. Provide a statement that your company s Offeror Representations and Certifications are complete in SAM.gov. 8. ACKNOWLEDGMENT OF AMENDMENTS: The quoter acknowledges receipt of amendments to the synopsis solicitation numbered and dated as follows: AMENDMENT NO DATE Add rows as needed. The above amendment section shall be filled-out in the event that an Amendment(s) is sent to the quoter or posted to www.sam.gov and shall be returned with the RFQ package. Failure to acknowledge amendment(s) may constitute the rejection of the quote. Award will be made to the quote determined to be acceptable, price reasonable, and is determined to best value to the government; all eligible quoters may submit quotes. All quoters must be registered in System for Award Management (SAM) at https://www.sam.gov at time quotes are due to be considered for an award of a federal contract. Registration must be complete and not missing any elements such as representations and certifications. To be eligible for this SDVOSB total set-aside your company s registrations shallinclude the appropriate NAICS code. The Network Contracting Office 9 intends to award a Firm Fixed Price contract for Hoptel Services for the Alvin C. York VA Medical Center, 3400 Lebanon Pike, Murfreesboro, TN 37129-1236. The base Period of Performance (POP) is 09/01/2025 through 08/31/2026, with 4 (FOUR) - 1 (ONE) year options. All questions regarding this RFQ must be in writing and may be sent by e mail to diane.ziegler@va.gov . VENDOR QUESTIONS: Questions must be received no later than 04/10/2025 at 11:00 AM CT. No further questions will be accepted after that date and time. ANSWERS TO VENDOR QUESTIONS: Answers to vendor questions will be addressed in an amendment to Contracting Opportunities no later than 04/16/2025 at 5:00 PM CT. You are reminded that representatives from your company SHALL NOT contact any VA Medical Center personnel to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer by email. To be considered for this award the Contractor must provide the following: PRICE Offerors are requested to complete and return Price/Cost Schedule located on pages 3 of this RFQ. TECHNICAL Contractor to provide a detailed quote to achieve the Government s objectives identified within the Statement of Work. The government requirements for technical evaluations are as follows: Subfactor 1- The U.S. Department of Veterans Affairs (VA) requires the use of twenty-one (21) furnished hotel rooms per week. The rooms offered shall be reasonably located within 10 miles of the VA Medical Center, 3400 Lebanon Road, Murfreesboro TN. Subfactor 2- The hotel rooms shall comply with all cities, county and state building codes and ordinances applicable to the ownership and operation of the building in which the rooms are located. Subfactor 3- 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...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4ad9ef7079754afcad50cce76720688b/view)
 
Place of Performance
Address: Department of Veterans Affairs Tennessee Valley Healthcare System Alvin C. York VAMC 3400 Lebanon Pike, Murfreesboro, TN 37129-1236, USA
Zip Code: 37129-1236
Country: USA
 
Record
SN07396631-F 20250405/250403230046 (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 |
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.