V231--660 Heart Transplant Lodging Service

SOL #: 36C25926R0024Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
NETWORK CONTRACT OFFICE 19 (36C259)
Greenwood Village, CO, 80111, United States

Place of Performance

Salt Lake City, Utah

NAICS

All Other Travel Arrangement and Reservation Services (561599)

PSC

Lodging Hotel/Motel (V231)

Set Aside

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

Timeline

1
Posted
Jan 12, 2026
2
Last Updated
Feb 10, 2026
3
Submission Deadline
Feb 10, 2026, 9:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of Veterans Affairs (VA), specifically the NETWORK CONTRACT OFFICE 19 (36C259), is soliciting proposals for Heart Transplant Lodging Services for the Salt Lake VA Health Care System (VASLCHCS). This opportunity, designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, seeks a contractor to act as a broker for lodging facilities. The government intends to award a firm-fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) contract for a five-year period. Proposals are due by 16:00 MT on February 10, 2026.

Scope of Work

The contractor will provide lodging for eligible beneficiaries of the VASLCHCS Heart Transplant Program (LVAD and Cardiac Transplant procedures) within 15 miles of the facility in Salt Lake City, Utah. Key responsibilities include:

  • Acting as a broker to locate and secure hotel/lodging facilities.
  • Providing one-bedroom suites for stays of one week or longer, and double queen rooms for shorter stays. Rooms must have two standard queen beds; pull-out sofa beds are not acceptable.
  • Ensuring accommodations are not shared and meet a minimum 3-diamond/3-star rating.
  • Guaranteeing 20 rooms per night, including 8 one-bedroom suites and 2 wheelchair-accessible rooms (ADA rooms provided if requested).
  • Arranging alternative lodging at the same rate if the primary facility becomes unavailable.
  • Providing shuttle service between hotels, VASLCHCS, the airport, University of Utah Medical Center, grocery stores, and restaurants. All related transportation costs must be included in the lodging rate.
  • Managing reservations, cancellations, and late arrivals, with VA personnel making same-day reservations by 4:00 p.m.
  • Ensuring no 'Blackout Dates' or seasonal rate changes.
  • Maintaining facilities that are clean, well-maintained, non-smoking (with designated areas), pet-friendly, and offer amenities like free breakfast, guest laundry, weekly housekeeping, and free parking.

Contract Details

  • Contract Type: Firm-Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ)
  • Period of Performance: April 1, 2026, to March 31, 2031 (5 years)
  • Contract Minimum: 200 EA
  • Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB)
  • NAICS Code: 561599 (All Other Travel Arrangement and Reservation Services), Size Standard: $32.5 Million
  • Incumbent: Services are currently performed under BPA 36C25920A0022 by ARROWHEAD REALTY, LLC.

Submission & Evaluation

  • Quote Submission Deadline: February 10, 2026, by 16:00 MT.
  • Submission Method: Email only to danielle.kramer@va.gov (4MB email limit).
  • Required Volumes: Technical Capability, Price, Past Performance, and the VAAR 852.219-75 Certificate of Compliance.
  • Evaluation Factors:
    • Factor I: Technical capability or quality
    • Factor II: Price
    • Factor III: Past Performance
  • Award will be made on an "All or Nothing" basis to the most advantageous offer, considering price and other factors through comparative analysis. Offers not meeting technical requirements will not be considered.
  • Offerors must be verified as SDVOSB in SBA's Small Business Certification (SBS) at the time of quote submission and award.
  • A mandatory "VA Notice of Limitations on Subcontracting" certification must be completed and returned with the offer, ensuring that for services, the contractor will not pay more than 50% of the government-paid amount to non-SDVOSB/VOSB firms.

Key Clarifications

The solicitation remains a total SDVOSB set-aside. The current monthly average usage is 257 nights, with approximately 28 rooms occupied weekly. Invoices are to be submitted within the first 10 days of the following month and paid in arrears (Net30 terms); weekly invoices will not be considered. No additional questions will be answered.

People

Points of Contact

Danielle KramerContracting OfficerPRIMARY

Files

Files

Download
Download
Download

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Feb 10, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Jan 29, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Jan 12, 2026
View
V231--660 Heart Transplant Lodging Service | GovScope