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
  1. 1
    Posted Dec 19, 2024, 12:00 AM UTC
  2. 2
    Updated Mar 4, 2025, 12:00 AM UTC
  3. 3
    Due Mar 5, 2025, 2:00 PM UTC
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
Arielle LiftoContract Specialist
(651) 293-3031
arielle.lifto@va.gov
Files
Title
Posted
Mar 4, 2025, 8:06 PM UTC
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.
Mar 4, 2025, 8:06 PM UTC
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.
Mar 4, 2025, 8:06 PM UTC
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.
Mar 4, 2025, 8:06 PM UTC
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.
Mar 4, 2025, 8:06 PM UTC
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.
Mar 4, 2025, 8:06 PM UTC
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.
Mar 4, 2025, 8:06 PM UTC
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.
Mar 4, 2025, 8:06 PM UTC
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.
Mar 4, 2025, 8:06 PM UTC
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.
Mar 4, 2025, 8:06 PM UTC
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.
Mar 4, 2025, 8:06 PM UTC
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.
Mar 4, 2025, 8:06 PM UTC
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.
Mar 4, 2025, 8:06 PM UTC
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--619-25-4-9217-0192 Courier New Base Plus Three (VA-25-00059727)
Buyer not available
The Department of Veterans Affairs is soliciting proposals for courier services to transport reusable medical devices for the Central Alabama Veterans Health Care System. The contract, numbered 36C24725Q0537, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to establish a firm-fixed-price agreement with performance scheduled from July 27, 2025, through July 26, 2026, with options for four additional years. The selected contractor will be responsible for daily collections and deliveries between various VA facilities in Alabama, ensuring compliance with safety and health regulations while adhering to strict quality control and security standards. Interested parties must submit their proposals, including a capability statement and a CPARS report, by May 7, 2025, with questions accepted until April 28, 2025. For further inquiries, potential bidders can contact Contracting Officer Sheryl Harris at sheryl.harris5@va.gov or by phone at 478-272-1210.
R602--Lab Courier Services for TVHS
Buyer not available
The Department of Veterans Affairs is seeking a contractor to provide Lab Courier Services for the Tennessee Valley Healthcare System (TVHS), specifically for the VA Medical Centers located in Murfreesboro and Nashville, Tennessee. The contractor will be responsible for transporting laboratory specimens between these facilities while adhering to relevant standards and regulations, including ANSI/AAMI, Department of Transportation, and VHA directives. This procurement is particularly significant as it is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under 38 U.S.C §8127 (d), emphasizing the VA's commitment to supporting veteran-owned enterprises in critical healthcare logistics. The solicitation is anticipated to be released around May 7, 2025, and interested parties should direct any questions to the Contracting Officer, Elizabeth Trimm, at Elizabeth.Trimm@va.gov.
V119-- - Western Orbit Linen Transportation Services l EKHCS
Buyer not available
The Department of Veterans Affairs is seeking proposals for the Western Orbit Linen Transportation Services under solicitation number 36C25525Q0305. This procurement involves a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for transporting soiled and clean linen between various VA facilities in Kansas and Missouri, with an estimated ceiling of $34 million and a minimum guaranteed amount of $400,000. The contract is particularly significant as it is set aside for small businesses, especially service-disabled veteran-owned small businesses (SDVOSB), reflecting the VA's commitment to supporting veteran-owned enterprises. Interested vendors should note that the proposal submission deadline is approaching, and they can contact Contracting Officer Hubert W. Scipio at hubert.scipio@va.gov for further details.
V225--Ground Ambulance Services Indefinite Delivery Indefinite Quantity (IDIQ); Base Year Plus Four One Year Ordering Periods
Buyer not available
The Department of Veterans Affairs (VA) is seeking proposals for Ground Ambulance Services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Eastern Colorado Health Care System. This procurement includes a base year and four additional one-year ordering periods, specifically aimed at providing reliable medical transportation services tailored to veterans' healthcare needs. The solicitation, referenced as 36C25925R0068, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be available for download on the Contract Opportunities website at SAM.gov around May 19, 2025. Interested parties should direct inquiries to Contract Specialist Chris Hollingsworth at Chris.Hollingsworth@va.gov or by phone at (303) 712-5724.
Amended DLS Material Handler Contract (VA-25-00000414) for warehouses DLS and SDC
Buyer not available
The Department of Veterans Affairs is seeking proposals for the Amended DLS Material Handler Contract (VA-25-00000414), which involves providing facility support staffing services for material handling at warehouses DLS and SDC in Golden, Colorado. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to manage logistics activities such as receiving, storage, inventory control, and distribution of commodities, ensuring compliance with specified performance standards without direct government supervision. Interested parties must submit their proposals by May 9, 2025, at 10:00 A.M. Mountain Time, and can direct inquiries to Bradley Geghan at bradley.geghan@va.gov.
Off-Campus Housekeeping SDVOSB Set-Aside Solicitation
Buyer not available
The Department of Veterans Affairs is soliciting proposals for off-campus housekeeping services, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), to support multiple facilities affiliated with the Minneapolis Veterans Health Administration. The contract, which spans from July 1, 2025, to June 30, 2030, with options for four additional years, requires comprehensive janitorial services for five buildings totaling approximately 110,306 square feet, including daily cleaning tasks performed outside standard operating hours. This procurement underscores the importance of maintaining sanitary environments within veteran healthcare facilities while promoting economic opportunities for veteran-owned businesses. Interested vendors should review the attached documents and submit their proposals by the extended deadline of May 9, 2025; for further inquiries, contact Jeffrey Brown at Jeffrey.Brown8@va.gov.
Durable Medical Equipment – VISN 15
Buyer not available
The Department of Veterans Affairs is soliciting competitive quotes for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for Durable Medical Equipment (DME) services to support Veterans Integrated Service Network (VISN) 15. The contract, which is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide delivery, installation, patient training, maintenance, and repair of government-owned or purchased DME for eligible veteran patients across multiple locations in Kansas and surrounding states. This procurement is crucial for ensuring high-quality healthcare service delivery to veterans, with an estimated contract value of up to $10 million and a minimum guarantee of $10,000. Interested parties must register at www.sam.gov and submit technical questions to the primary contact, Matt Curl, at matthew.curl@va.gov by May 1, 2025, with the ordering period set to commence on October 1, 2025.
Ground Ambulance
Buyer not available
The Department of Veterans Affairs is seeking qualified small businesses to provide Non-Emergent Ground Ambulance Services for the Harry S Truman Columbia Veterans Affairs Medical Center (VAMC) in Columbia, Missouri. This procurement aims to enhance transportation services for veterans, aligning with the Department's mission to deliver quality healthcare and support. The solicitation number for this opportunity is 36C25525Q0007, with responses due by May 21, 2025, at 11:00 AM Central Time, and the contract is expected to be awarded following the issuance of the solicitation around May 1, 2025. Interested parties can direct inquiries to Contract Specialist Lisa A. Buchanan at lisa.buchanan1@va.gov or by phone at 913-946-1990.
Amended St. Cloud Open and Continuous Nursing Home Solicitation 36C26324R0040 0002
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide nursing home care services under the amended solicitation 36C26324R0040 for the Saint Cloud VA Health Care System in Minnesota. This procurement aims to establish Medicare-based contracts for skilled nursing facilities, expanding the list of eligible counties and refining the pricing structure to ensure compliance with federal healthcare regulations. The opportunity emphasizes the importance of delivering high-quality care to veterans, with specific requirements outlined for contractor performance, pricing proposals, and adherence to Medicare reimbursement standards. Interested parties should contact Todd F. Penkhus at todd.penkhus@va.gov for inquiries, and note that the submission deadline for proposals has been extended to July 31, 2025, at 11:59 PM CDT.
V129--URGENT NEED Special Transportation KC VAMC
Buyer not available
The Department of Veterans Affairs (VA) is seeking to procure urgent special transportation services for the Kansas City Veterans Affairs Medical Center (VAMC). This requirement will be fulfilled through a sole source contract with Secure Transport, reflecting the VA's commitment to ensuring accessible healthcare for veterans. The contract is categorized as an urgent and compelling need, with a maximum duration of six months, and all work will be closely coordinated with the VA Contracting Officer and Contracting Officer's Representative. Interested parties can reach out to Contracting Officer Michael P. Murphy at michael.murphy7@va.gov or by phone at 913-946-1963 for further details.