V231--CTBI Annual Meeting Hotel Accommodations for Washington D.C.

expired opportunity(Expired)
From: Federal Government(Federal)
36C24222Q0937

Basic Details

started - 08 Jul, 2022 (21 months ago)

Start Date

08 Jul, 2022 (21 months ago)
due - 13 Jul, 2022 (21 months ago)

Due Date

13 Jul, 2022 (21 months ago)
Bid Notification

Type

Bid Notification
36C24222Q0937

Identifier

36C24222Q0937
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103303)VETERANS AFFAIRS, DEPARTMENT OF (103303)242-NETWORK CONTRACT OFFICE 02 (36C242) (5222)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The East Orange Veterans Affairs Medical Center is in search for Hotel Accommodations in Washington D.C. All needs are outlined in the Statement of Work (SOW). The Department of Veterans Affairs Network Contracting Office (NCO) 2 is conducting a market survey in search of responsible sources in order to determine the acquisition strategy for this potential procurement. The North American Industry Classification Systems (NAICS) Code for this requirement is 721110 Hotels (Except Casino Hotels and Motels). The Small Business Administration (SBA) size standard for this NAICS Code is $35.0 million. Interested parties are advised that in keeping with the Veterans First Contracting program under 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70 and VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, if the Contracting Officer has a reasonable expectation that two or more small business concerns owned and
controlled by Service-disabled veteran-owned small business (SDVOSB) concerns are capable of meeting the requirement for a fair and reasonable price that offers the best value to the United States, the requirement will be set-aside for SDVOSB concerns. If an SDVOSB set-aside is not appropriate, the requirement will be evaluated to determine whether a Veteran Owned Small Business (VOSB) set-aside is appropriate. The term SDVOSB / VOSB under the Veterans First Contracting program has the same meaning as defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program SDVOSB and VOSB concerns must be listed as verified in the Vendor Information Pages (VIP) database at https://www.vip.vetbiz.gov in addition to meeting the NAICS code small business size standard to be eligible for award under Veterans First Contracting Program set-asides. If capability packages are received from at least two (2) capable small business firms that meet the NAICS code small business size standard - in the following order of preference - this requirement will be set aside accordingly: 1. SDVOSB 2. VOSB 3. Other capable small business firms Eligible parties are required to provide the following capability information to the Contract Specialist, Mr. Clifford S. Harrison (Clifford.Harrison@va.gov): - Professional Qualifications necessary for the satisfactory performance of the required services outlined in the attached SOW - Capability to accomplish the work in the required timeframe - Minimal three (3) references with a description of work completed for a Government agency or private industry of equivalent complexity to the required services. The names of the appropriate Point of Contact (POC) and their contact information (telephone numbers and email addresses). - DUNS number - Business Size (Large/Small) under NAICS Code 721110 - Business Socio-Economic Status (SDVOSB, VOSB, WOSB, 8(a), HUB Zone, etc.) - Copy of VIP showing verified status - Estimated cost of the required services Responses to this notice must be submitted in writing via (email) and must be received not later than Wednesday, July 13, 2022, at 12PM EST email: Clifford.Harrison@va.gov . It is the responsibility of the responder to ensure the timely delivery of their capability packages. No telephone inquiries will be accepted. Please review the attached SOW, compile all questions or requests for information (RFI s) in one (1) email and submit to Clifford.Harrison@va.gov Responses to this notice will be used by the Government to make appropriate acquisition decisions. If your firm is a Service-Disabled Veteran Owned, you must be VERIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). Contractor must be registered in System for Award Management (SAM), formerly CCR (see internet site: http://www.sam.gov ).

Washington D.C.  ,
   USALocation

Place Of Performance : Washington D.C.

Country : United StatesState : District of ColumbiaCity : Washington

You may also like

Hotel/Motel and Overflow Shelter Accommodations

Due: 30 Jun, 2026 (in about 2 years)Agency: Department of Health & Human Svcs

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 721110Hotels (except Casino Hotels) and Motels
pscCode V231Lodging - Hotel/Motel