R602--Courier Service
ID: 36C26325Q0194Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Couriers and Express Delivery Services (492110)

PSC

SUPPORT- ADMINISTRATIVE: COURIER/MESSENGER (R602)

Set Aside

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

    The Department of Veterans Affairs is soliciting proposals for courier services to support the St. Cloud VA Health Care System, specifically through solicitation number 36C26325Q0194. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to provide 24/7 transportation services for laboratory specimens, medical supplies, and pharmaceuticals, ensuring a 20-minute response time for pickups. The contract emphasizes compliance with federal regulations, quality assurance, and confidentiality in handling patient information, reflecting the critical nature of healthcare logistics. Interested contractors must submit their quotes by 10:00 AM CST on January 13, 2025, and direct any technical inquiries to Contract Officer John Milroy at john.milroy@va.gov or by phone at 605-336-3230.

    Point(s) of Contact
    John MilroyContract Officer
    (605) 336-3230
    john.milroy@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting quotes for courier services for the St. Cloud VA Health Care System through solicitation number 36C26325Q0194. This procurement targets Service Disabled Veteran Owned Small Businesses (SDVOSB) and follows Simplified Acquisition Procedures under FAR Part 13. Responses are requested by 10:00 AM CST on January 13, 2025. Interested contractors must be registered in the System for Award Management (SAM) and offer a firm fixed price for services. The primary work location is the VA Medical Center in St. Cloud, MN. Technical inquiries should be submitted via email to Contract Specialist Arielle Lifto by December 30, 2024. The solution is exempt from the Defense Priorities and Allocations System (DPAS). The file also includes wage determination documents that outline compensation rates for specific counties relevant to the contracting area. This announcement serves as the official solicitation, urging only responsible contractors to participate in the bidding process.
    The document details Amendment 0001 to solicitation number 36C26325Q0194 for courier services by the Department of Veterans Affairs. It addresses responses to clarifications regarding the scope of work for potential contractors, reaffirming the original response deadline of January 13, 2025, at 10:00 AM CST. Key points include the contractor's responsibilities for providing vehicles, personnel, and specific supplies, while the VA will supply packing materials and temperature control devices. The amendment clarifies that the VA will monitor the conditions during transport, but contractors must ensure appropriate vehicles and environments for specific items. It emphasizes that contractor drivers must adhere to federal guidelines related to temperature control and conduct. The responses provided in the document aim to clarify expectations and responsibilities in the bidding process, ensuring compliance with VA standards and operational efficiency. Overall, the document serves as a critical communication tool for potential contractors in understanding the operational requirements and expectations for this solicitation.
    The document outlines Amendment 0002 to the solicitation 36C26325Q0194 regarding a courier service contracted by the Department of Veterans Affairs (VA). The amendment aims to clarify various aspects of the scope of work in response to questions from potential bidders. The solicitation is set to close on January 13, 2025, at 10:00 AM CST, without any extension to the response deadline. Key clarifications pertain to the scheduling and urgency of pickups, service locations, and vehicle requirements for transporting medical materials. Specific concerns addressed include the frequency of service at various clinics, definition of response times, and the handling of critical versus non-critical deliveries. The document emphasizes the need for precise pricing based on anticipated service volumes while assuring that operational practices may change based on funding and staff availability. Overall, the amendment reinforces the VA's commitment to acquiring efficient courier services essential for their varying logistical needs.
    This document serves as Amendment 0003 to the solicitation 36C26325Q0194, concerning courier services for the Department of Veterans Affairs. The primary purpose of this amendment is to formally cancel the existing solicitation to implement corrective actions. The response to this solicitation was originally due by March 5, 2025, at 08:00 AM Central Time. The document specifies the contracting office's location in Sioux Falls, SD, and the place of performance at the St. Cloud VA Health Care System in Minnesota. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business concerns, ensuring that eligible businesses have the opportunity to provide the requested services. It is crucial for organizations interested in government contracts to be aware of such amendments, as they can significantly impact proposal submissions and contracting opportunities within federal markets. The document notes that additional information can be found in an attached document related to this amendment.
    This document is Amendment 0003 to the solicitation 36C26325Q0194 issued by the Department of Veterans Affairs regarding the procurement process. The primary purpose of this amendment is to formally cancel the solicitation to undertake corrective actions. The document specifies the necessary protocols for offerors to acknowledge the receipt of this amendment and provides instructions for the submission of modifications to previously submitted offers. It highlights the administrative changes made in the contract/order as specified in Item 14 and reaffirms that all other existing terms and conditions remain unchanged. The amendment is processed under the authority of FAR 43.103(b), reflecting standard government contracting procedures. The communication underscores the need for compliance with submission deadlines to prevent any potential rejection of offers. This document is part of the broader framework of federal government Requests for Proposals (RFPs) and modifications that ensure transparency and procedural integrity in government contracting.
    This document serves as Amendment 0001 to solicitation number 36C26325Q0194 issued by the Department of Veterans Affairs, specifically the NETWORK 23 CONTRACTING OFFICE. The primary purpose of this amendment is to provide clarification regarding the scope of work associated with the aforementioned solicitation and to address questions submitted by potential bidders. It is important to note that the amendment does not extend the closing date for the Request for Quotes (RFQ), which remains unchanged. Additionally, the document requires that offers acknowledge receipt of this amendment prior to the specified deadline to avoid rejection. The amendment reflects necessary administrative changes without altering the original terms and conditions of the contract. The contracting officer, John Milroy, oversees this process to ensure compliance and facilitate effective communication with offerors throughout the proposal phase.
    This document is an amendment (0002) to solicitation 36C26325Q0194 from the Department of Veterans Affairs, specifically the Network 23 Contracting Office. The amendment aims to provide clarifications regarding the scope of work and respond to questions posed by potential bidders. Notably, the closing date for the Request for Quote (RFQ) remains unchanged despite this amendment. The official notice stresses the importance of acknowledging receipt of this amendment to ensure the submission of valid offers. It outlines multiple methods for acknowledgment and warns that failure to comply may result in the rejection of offers. The amendment serves as a vital communication tool to ensure all bidders are informed and understand the requirements before submission.
    The Department of Veterans Affairs (VA) is soliciting proposals for a courier service contract to support the St. Cloud Healthcare System, effective February 1, 2025. This contract requires qualified vendors to provide 24/7 transportation services for laboratory specimens, medical supplies, and pharmaceuticals, ensuring timely pickups and deliveries with a 20-minute response time. The contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Key requirements include the use of company-owned vehicles, driver qualifications, and adherence to federal and state regulations. Contractors must maintain confidentiality of patient information and complete necessary training, including HIPAA and Bloodborne Pathogen training. The document outlines a detailed schedule of services and prices for five option years, emphasizing accountability and quality assurance. Invoices will be handled electronically, and the VA reserves the right to inspect contractor compliance and manage any necessary contract changes. This RFP underscores the VA's commitment to utilizing SDVOSBs for critical services while ensuring high standards in healthcare logistics management.
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs for courier services to support the St. Cloud Healthcare System. It requires service from a contractor who can provide fixed-rate courier operations, covering transportation of medical materials and laboratory specimens with a 20-minute response time for pickups. The contract is set aside for 100% Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes strict compliance with federal regulations, quality assurance, and confidentiality in handling patient information. The contractor must possess relevant experience, adequately licensed vehicles, and trained personnel adhering to health and safety standards, including proper training in HIPAA and biological safety. The RFP specifies terms for contract duration, prices for services over several years, and a clear schedule of delivery and pickup requirements, ensuring operations align with VA protocols. It outlines responsibilities for both the contractor and the VA, highlighting the importance of maintaining service quality, reporting incidents, and ensuring financial compliance according to federal standards.
    The document outlines Wage Determination No. 2015-4945 under the Service Contract Act, specifying minimum wage rates applicable to federal contracts. It indicates that contracts established or renewed after January 30, 2022, must pay at least $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour. The determination applies to various occupations across select counties in Minnesota and Wisconsin, listing specific wage rates for numerous job titles within categories such as Administrative Support, Automotive Services, Food Preparation, Health Occupations, and Mechanics. Additionally, the document addresses benefits, such as health and welfare, vacation, and holidays that must be provided to workers. It emphasizes compliance with Executive Orders related to paid sick leave and states the necessity for contractors to classify any unlisted jobs properly. This file serves as a vital reference for federal contractors, ensuring adherence to wage and benefit standards while guiding the execution of contracts subject to the Service Contract Act. It underscores agency commitment to worker protections and fair treatment in contracting processes.
    The document outlines the wage determinations under the Service Contract Act (SCA) issued by the U.S. Department of Labor for contracts in Minnesota, specifically for Benton and Stearns counties. It establishes minimum wage rates for various occupations, emphasizing compliance with Executive Orders 14026 and 13658, which set minimum wage standards of at least $17.20 and $12.90 per hour, respectively, for contracts based on their award dates. The document lists detailed occupation codes, corresponding titles, wage rates, and fringe benefits, including health and welfare benefits, vacation, and holiday stipulations. It notes the requirement of providing paid sick leave under Executive Order 13706 for covered contracts. Additionally, it outlines procedures for classifying and compensating employees not covered by these established rates through a conformance process. This directive serves as a key resource for federal contractors to ensure compliance with labor standards when entering RFPs or grants related to governmental contracts.
    The document is a Wage Determination under the Service Contract Act, issued by the U.S. Department of Labor, outlining wage rates and fringe benefits for various occupations in Minnesota. It specifies that contracts subject to the Act must adhere to minimum wage rates set by Executive Orders 14026 and 13658, with rates differing based on contract dates. For contracts awarded after January 30, 2022, the minimum wage is $17.20, while those awarded between January 1, 2015, and January 29, 2022, must comply with a $12.90 minimum wage. The document includes detailed wage schedules for multiple occupations ranging from administrative roles to specialized technical positions, as well as fringe benefit requirements, including health, vacation, and sick leave policies mandated by federal executive orders. Additionally, it outlines necessary classifications for unlisted occupations and a process for contractors to request new wage rates. This document serves as a guide for compliance with federal labor standards, ensuring fair compensation for workers on government contracts in Minnesota, reflecting the government's commitment to worker protection and equitable pay.
    The document outlines the Wage Determination No. 2015-4957 under the Service Contract Act issued by the U.S. Department of Labor, detailing wage rates for various occupations in Minnesota. The wage rates vary based on recent executive orders, with a minimum wage of $17.20 for contracts initiated after January 30, 2022, and $12.90 for those awarded between January 1, 2015, and January 29, 2022. The document lists specific hourly rates for numerous occupations, primarily in administrative support, automotive services, healthcare, and technical positions. Additional benefits such as health and welfare provisions, paid sick leave, vacation, and holiday pay are mandated for employees. The document emphasizes the importance of adhering to these wage regulations for contractors in compliance with federal contracts and the potential for contract classification conformance for unlisted job categories. It includes provisions for safety differentials for hazardous work and reimbursement guidelines for uniforms, ensuring contractors cannot transfer these costs to employees. This wage determination is part of broader federal requirements to uphold fair labor standards in service contracts, facilitating an equitable compensation framework across various job sectors.
    The document is the "Register of Wage Determinations" from the U.S. Department of Labor, derived under the Service Contract Act, focusing on wage rates and labor criteria for service contracts in specific Minnesota counties. It outlines two Executive Orders, 14026 and 13658, establishing minimum wages for workers, with rates set at $17.20 and $12.90 based on contract award dates. Detailed lists of occupation codes, titles, and corresponding wages are provided, highlighting regulations for varying occupations from administrative support to healthcare. Additionally, it specifies health and welfare benefits, vacation accrual, paid holidays, and provisions for additional classifications if unlisted job titles arise during the contract term. Compliance with executive orders regarding paid sick leave and uniform allowances is mandated, emphasizing employer responsibilities. The purpose of this document within the context of government RFPs and grants is to ensure fair compensation standards for workers on federal contracts while detailing necessary employer compliance and worker rights. This guarantees that contractors adhere to labor laws, protecting workers' rights and ensuring equitable pay across occupations involved in government contracts.
    The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs for courier services to support the St. Cloud Healthcare System. It emphasizes the need for a contractor specializing in transporting laboratory specimens, medical supplies, and pharmaceuticals, with a 24/7 availability and a specified response time. The RFP is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), indicating a commitment to supporting veteran-owned enterprises. Key requirements include the contractor's local operational capacity, a minimum of three years of relevant experience, and compliance with state and federal regulations. The contractor must provide company-owned vehicles and trained drivers, who must complete designated health and safety training, and adhere to confidentiality provisions. The RFP also includes details about the expected contract duration, covering a base year and four option years, with a clearly defined schedule of services, pricing structure, and compliance with the Service Contract Act. Quality assurance and inspection protocols for service delivery are highlighted, along with obligations for timely communication regarding any delivery issues. This initiative reflects the VA's goal to ensure reliable healthcare support through regulated courier services while fostering economic opportunities for veteran-owned businesses.
    Lifecycle
    Title
    Type
    R602--Courier Service
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    R602--Courier services for FL CBOCs - Pensacola and Panama City
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) to provide courier services for the delivery and pick-up of dental instruments at Community Based Outpatient Clinics (CBOCs) located in Pensacola and Panama City, Florida. This presolicitation notice indicates that the procurement is essential for ensuring timely and efficient transportation of dental supplies, which are critical for patient care in these clinics. A formal solicitation package will be released later, with proposals due by December 19, 2025, at 10:00 am Central Time. Interested parties must be registered and verified in SAM, SBA VetCert, and comply with Vet 4212 reporting requirements; questions can be directed to Contracting Officer D. Rene' Impey at rene.impey@va.gov.
    V999--Wheelchair Transport Services for the Twin Ports Community Based Outpatient Clinic in Support of the Minneapolis VA Health Care System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for wheelchair transport services for the Twin Ports Community Based Outpatient Clinic, supporting the Minneapolis VA Health Care System. The contract will be a firm-fixed price indefinite delivery/indefinite quantity (IDIQ) agreement, covering a base year and four option years, and will include patient transport to and from residences, medical appointments, and surrounding medical facilities. This service is crucial for ensuring that veterans have reliable access to healthcare, adhering to strict state and federal regulations regarding vehicle standards, driver qualifications, and patient transportation protocols. Interested parties should contact Contract Specialist Alisha L. Milander at Alisha.Milander@va.gov for further details regarding the solicitation and requirements.
    VA Direct to Patient supply services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking small business vendors to provide direct delivery supply services for medical and surgical items to Veteran patients through its Consolidated Mail Outpatient Pharmacy (CMOP) program. The contractor must demonstrate at least two years of experience, the capacity to process approximately 14 million prescriptions annually, and the ability to maintain compliance with federal and state regulations while ensuring a 48-hour average turnaround time for prescription fulfillment. This opportunity is critical for ensuring timely access to essential medical supplies for Veterans, with the contract structured to reimburse vendors per filled prescription at government contract prices, plus handling fees. Interested vendors must submit a capabilities statement to the primary contact, Phillip Reuwer, at Phillip.Reuwer@va.gov by January 11, 2026, with any questions directed to the same contact before January 8, 2026.
    V225--Ambulance Service | Follow on Base 3 | Start: 3/1/26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses for ambulance services at the Dayton VA Medical Center, with the contract set to commence on March 1, 2026. The procurement includes Advanced Life Support (ALS) and Basic Life Support (BLS) services, covering a base period until October 31, 2026, with options for two additional one-year periods. These services are critical for providing timely medical transportation to veterans, ensuring compliance with federal regulations and safety standards. Interested vendors must submit their quotations by December 19, 2025, at 1 PM EST, and can contact Contracting Officer Robert Bolcavage at robert.bolcavage@va.gov for further details.
    Special Mode Transportation for VA Northern California Health Care System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 21, is seeking qualified vendors to provide non-emergency special mode transportation services for the VA Northern California Health Care System. The contractor will be responsible for delivering transportation services on an "as needed" basis, 24 hours a day, 7 days a week, for a period of five years starting around June 1, 2026, including the provision of gurney, wheelchair, and secure car transportation, as well as oxygen tanks when required. This procurement is critical for ensuring that veterans receive timely and safe transportation to various healthcare facilities across Northern California. Interested vendors, particularly Service-Disabled Veteran-Owned, Veteran-Owned, and other Small Businesses, are encouraged to submit their responses, including company information and pricing details, to Emily Trinh at emily.trinh@va.gov by December 30, 2025, at 12:00 PM PST.
    H365--Pharmacy Clean Room Hood Testing & Cert - STC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for Pharmacy Clean Room Hood Testing and Certification services at the St. Cloud VA Health Care System in Minnesota. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with USP <797> and <800> standards for cleanroom testing and certification. The contract will be awarded as a firm fixed-price for a base period from February 1, 2026, to January 31, 2027, with four additional one-year option periods. Interested contractors must submit their quotes by December 18, 2025, and direct any technical questions to Contract Specialist Evan Beachy at evan.beachy@va.gov or 319-688-3629.
    Y1LB--656-24-205, Road Repair 2024 36C263-26-AP-1047
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking bids for the Roads Repair 2024 project at the St. Cloud VA Medical Center in Minnesota, specifically under Project Number 656-24-205. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring bidders to be registered and certified in the Veteran Small Business Certification (VetCert) database. The project entails the reconstruction of parking lot P111 (56,567 SQ. FT) and adjacent roadways (8050 SQ. FT), including the removal and replacement of asphalt and re-compaction of the base gravel course, with an estimated construction value between $1,000,000 and $2,000,000. The Invitation for Bid (IFB) is expected to be issued around March 9, 2025, with an award anticipated within 90 days of the bid opening. Interested bidders should contact Contracting Specialist Arielle Lifto at arielle.lifto@va.gov or 651-293-3031 for further information.
    SAVAHCS Postal Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide postal services for the Southern Arizona VA Health Care Systems (SAVAHCS) from April 1, 2026, to September 30, 2030. The procurement includes daily mail pickup, processing, presorting, metering, and delivery to the USPS, with compliance to USPS and government regulations, including HIPAA and the Privacy Act. This opportunity is particularly aimed at Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone, and other Small Businesses, emphasizing the importance of these services in supporting the healthcare operations of the VA. Interested parties must submit their capabilities and proof of similar work by January 5, 2026, at 11:00 AM MDT, and registration in SAM and the VetBiz Registry is required for eligible businesses. For further inquiries, contact Jordan Alonzo at jordan.alonzo@va.gov or call 505-767-6094.
    NATIONAL OPERATIONAL/MAILING SUPPLIES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for operational and mailing supplies through solicitation number 36C77025R0004, aimed at supporting its seven Consolidated Mail Outpatient Pharmacy (CMOP) locations. This procurement involves establishing multiple National Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for essential items such as corrugated boxes, bubble mailers, sealing tape, and child-resistant medical pouches, ensuring compliance with stringent specifications for patient safety and product integrity. The awarded contracts will facilitate timely deliveries of these supplies, which are critical for the efficient processing and shipment of prescriptions to veterans. Interested vendors must submit their proposals, including product samples and pricing schedules in Excel format, by the extended deadline of January 15, 2026, at 5:00 PM CDT. For further inquiries, contact Kelly L Mann at kelly.mann@va.gov or Kelley Cunningham at kelley.cunningham@va.gov.
    V225--Ground Ambulance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for Ground Ambulance Services under Solicitation Number 36C25626Q0059, aimed at providing non-emergency ambulance transportation for the Gulf Coast Veterans Health Care Systems and its associated clinics. The contract encompasses a base period from January 1, 2026, to December 31, 2026, with four additional twelve-month option periods, requiring services such as Stretcher Transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT) available 24/7. This procurement is crucial for ensuring timely and compliant medical transportation services for veterans, adhering to federal, state, and local regulations regarding personnel and equipment. Interested contractors must submit their quotes by December 18, 2025, and direct any questions to Contracting Officer Tina Harris at tina.harris3@va.gov by December 4, 2025.