V231--OKC Hoptel Lodging Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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), Network Contracting Office 19, is soliciting proposals for OKC Hoptel Lodging Services. This 5-year Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract requires a contractor to act as a broker to secure off-site lodging facilities for authorized Veterans traveling to the Oklahoma City VA Medical Center and the VA Salt Lake City Health Care facility for appointments. This opportunity is a Total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by February 20, 2026, at 16:00 PM Mountain Time.
Scope of Work
The contractor will provide brokerage services to locate and secure hotel/lodging facilities. Key requirements include:
- Securing a minimum of 10 rooms per day, with two being ADA compliant.
- Hotels must be within 10 miles of the Oklahoma City VA Medical Center.
- Rooms must be available Sundays through Thursdays (checkout Fridays), non-smoking, fully furnished (bed(s), telephone, TV, refrigerator), and ideally have two beds to accommodate a caregiver.
- Facilities must have a minimum 3-diamond/3-star rating and ensure no 'Blackout Dates' or seasonal rate changes.
- The contractor is responsible for finding alternative facilities if the primary choice is unavailable, managing invoices, serving as a single point of contact, and monitoring hotel compliance with safety and health regulations. Pet-friendly accommodations are preferred at no cost to the veteran.
Contract Details
- Contract Type: Firm-Fixed Price IDIQ.
- Period of Performance: April 1, 2026, to March 31, 2031 (5 years).
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 561599 (All Other Travel Arrangement and Reservation Services) with a $32.5 Million size standard.
- Contract Minimum: 200 EA.
- Incumbent: Services are currently performed by GO TIME TRAVEL & TOURS LLC under BPA 36C25920A0062.
Submission & Evaluation
- Quote Submission Deadline: February 20, 2026, 16:00 PM Mountain Time.
- Submission Method: Email only to danielle.kramer@va.gov (4MB email limit).
- Required Submissions: Offerors must submit four volumes: Technical Capability, Price, Past Performance, and the mandatory VAAR 852.219-75 Certificate of Compliance. Failure to submit the certificate will render the offer ineligible.
- Evaluation Factors: Technical capability/quality, Price, and Past Performance. Award will be made on an "All or Nothing" basis to the responsible offeror whose quote is most advantageous to the Government.
- SDVOSB Compliance: SDVOSB status must be verified in the SBA Small Business Certification (SBS) database at the time of quote submission and award. The prime contractor must comply with subcontracting limitations, ensuring not more than 50% of the government-paid amount goes to non-SDVOSB/VOSB firms for services.
Contact
- Primary Contact: Danielle Kramer, Contracting Officer, danielle.kramer@va.gov, 303-712-5725.