ADA Passenger Bus
ID: 122064900Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

School and Employee Bus Transportation (485410)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: OTHER (V119)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 5:00 PM UTC
Description

The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the provision of Americans with Disabilities Act (ADA) compliant passenger bus services at the Walter Reed National Military Medical Center. The contract aims to deliver wheelchair-accessible transportation for Wounded, Ill, and Injured (WII) patients, their families, and staff within the National Capital Region, facilitating their participation in community events and ensuring timely and safe transport. Interested vendors are required to submit their quotes by April 21, 2025, at 1300 EST, including detailed pricing, delivery estimates, and past performance documentation, with evaluations focusing on price, technical acceptability, and past performance metrics. For further inquiries, potential offerors may contact Contract Specialist Matthew S. Tsueda at 907-201-0308 or via email at Matthew.S.Tsueda.Ctr@Health.Mil.

Files
Title
Posted
Apr 7, 2025, 4:05 PM UTC
The Defense Health Agency has issued a Request for Quotes (RFQ) for ADA-compliant passenger buses to be utilized at the Walter Reed National Military Medical Center. The solicitation, identified by Solicitation ID 12206490, invites proposals from interested parties under full and open competition, adhering to the NAICS code 485410. The requirement includes two bus types: a 55-passenger bus and a 20-passenger bus, with specific hourly quantities outlined. Interested vendors must own and maintain the fleet provided to the government and include pricing, delivery estimates, and past performance documentation in their submissions. The proposal deadline is set for April 21, 2025, at 1300 EST. Evaluation of proposals will focus on price, technical acceptability, and past performance. The solicitation also incorporates various federal regulations, clauses, and certifications related to contract conditions, including those ensuring compliance against trafficking in persons. The primary point of contact for this requirement is Contract Specialist Matthew Shozo Tsueda. This procurement reflects the government's commitment to ensuring accessibility through compliant transportation solutions for healthcare services.
Apr 7, 2025, 4:05 PM UTC
The Defense Health Agency is conducting a Full and Open Competition for the provision of ADA Passenger Bus Services at Walter Reed National Military Medical Center. This PAST PERFORMANCE QUESTIONNAIRE serves as a tool to evaluate the past performance of contractors bidding for this service under Solicitation Number 12206490. Offerors are required to provide references who can validate their past performance, detailing aspects such as contractor information, type of contract, and description of services. The document outlines a series of performance metrics that references must assess, including the qualification and retention of healthcare workers, timely provision of services, turnover and replenishment rates. Each area is rated from Exceptional to Unsatisfactory, with options for providing explanations when performance does not meet satisfactory levels. Respondents are asked whether they would award contracts to the referenced firm again and if there were any contract terminations for default. This questionnaire is crucial for maintaining quality standards in government contracts, ensuring that contractors meet rigorous performance metrics before being awarded services.
Apr 7, 2025, 4:05 PM UTC
The document outlines requirements for submitting past performance references in response to Solicitation ID 12206490, intended for federal government contracting. It specifies that each project reference must use a summary sheet limited to three pages, detailing essential information such as the company name, CAGE code, contract or task order number, project duration, and point of contact details. The report must include a description of the effort, indicating labor categories, service locations, and full-time equivalent (FTE) counts. Additionally, it requires financial information on awarded amounts for the base year and any option years. The status of the project must reflect performance tracking, completion years, and any changes in scope. This structured approach emphasizes the evaluation of past performance to ensure reliability and effectiveness in future contracting opportunities, aligning with government standards and expectations for transparency and accountability in the procurement process.
Apr 7, 2025, 4:05 PM UTC
The Department of Defense’s Defense Health Agency has issued a Performance Work Statement (PWS) for a contract providing Americans with Disabilities Act (ADA) and wheelchair-accessible transportation services for Wounded, Ill, and Injured (WII) patients, their families, and staff within the National Capital Region. The contractor will furnish personnel, vehicles, and necessary supplies to perform ground transportation services for recreational events aimed at aiding reintegration and healing of service members. Key responsibilities include timely pick-up and drop-off services, securing wheelchairs, and maintaining safety protocols. The contract spans a base year with four optional extensions, covering multiple localities. The document sets forth detailed performance expectations, including quality control measures and reporting requirements while outlining comprehensive vehicle specifications to ensure accessibility and safety. A quality assurance framework will monitor compliance, ensuring all services meet established standards. The overarching aim is to enhance mobility support for WII patients and facilitate their participation in community events, demonstrating a commitment to their care and well-being.
Apr 7, 2025, 4:05 PM UTC
The document addresses the ADA Passenger Bus Requirement outlined in Solicitation ID: 12206490, specifically responding to inquiries regarding the average duration of trips under this initiative. The average length of trips is typically six hours per event, though this can vary by up to two hours in either direction. This information assists in understanding the potential logistical planning necessary for compliance with ADA regulations in transportation services. The clarification reflects the government’s ongoing commitment to facilitating accessible and efficient public transit services while accommodating varying trip lengths that may arise during operations.
Lifecycle
Title
Type
ADA Passenger Bus
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
V119--Wheelchair Transport FY25 Contract
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide wheelchair transport services for the Durham VA Medical Center in North Carolina for fiscal year 2025. The procurement aims to secure patient pick-up and delivery services using wheelchair vans, with contractors required to adhere to strict operational protocols, including timely responses to service requests within 45 minutes. This service is crucial for ensuring the mobility and accessibility of veterans, and the procurement falls under NAICS code 485999, which encompasses all other transit and ground passenger transportation, with a small business size standard of $19 million. Interested parties must submit their responses, including company details and qualifications, in writing by April 29, 2025, to Ricardo McIntosh at Ricardo.McIntosh@va.gov.
V212--Togus Special Mode Transport New
Buyer not available
The Department of Veterans Affairs is soliciting proposals from service-disabled veteran-owned small businesses to provide wheelchair van transportation services for eligible veteran beneficiaries within the Maine healthcare system. The contract is structured as a firm-fixed-price, indefinite delivery, indefinite quantity (IDIQ) agreement with a five-year ordering period and a maximum award amount of $4.7 million, emphasizing the importance of reliable non-emergency transportation services for veterans. Key requirements include maintaining a 98% satisfaction rate, ensuring service availability seven days a week, and adhering to strict quality and safety standards, with queries due by April 24, 2025, directed to Contract Specialist David Roy at david.roy@va.gov.
5 YEAR NON EMERGENCY WHEELCHAIR TRANSPORTATION
Buyer not available
The Department of Veterans Affairs is seeking responses for a five-year Blanket Purchase Agreement (BPA) for non-emergency wheelchair transportation services for the James H. Quillen VA Medical Center and associated facilities across multiple states, including Tennessee, Virginia, Kentucky, and North Carolina. The procurement aims to identify potential contractors capable of providing year-round, 24/7 transportation services that ensure the safe transport of veterans, while adhering to regulatory standards and maintaining high service quality. This initiative is part of the government's broader effort to enhance service delivery to veterans and ensure compliance with HIPAA regulations, with a performance satisfaction rate target of 98%. Interested contractors should contact Phon Phasavath at phon.phasavath1@va.gov or call 615-225-3416 for further details, noting that responses to this sources sought notice are voluntary and not binding.
V226--Ride Share Scheduling Services
Buyer not available
The Department of Veterans Affairs is seeking proposals for Ride Share Scheduling Services under solicitation number 36C24825Q0507, specifically set aside for Veteran-Owned Small Businesses. The objective of this procurement is to enhance transportation logistics for veterans, particularly focusing on those experiencing homelessness and ensuring timely ride arrangements to support their healthcare needs. This contract will cover a base performance period from May 16, 2025, to May 15, 2026, with four optional years, and includes various services such as administrative costs and 24-hour support for scheduled riders. Interested vendors must submit their quotes by April 30, 2025, at 12:00 PM Eastern Time, and can direct inquiries to Contracting Officer David Wesley Hess at david.hess2@va.gov or by phone at 727-295-6041.
Non-Emergent Medical Transportation Services - Phoenix VA Healthcare System
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide Non-Emergent Medical Transportation Services for the Phoenix VA Healthcare System. The procurement aims to secure door-to-door ambulatory, wheelchair, and stretcher transportation services for eligible veterans, with operations required 24/7, including holidays. This initiative is crucial for ensuring that veterans have reliable access to necessary medical appointments and services, thereby enhancing their overall healthcare experience. Interested parties must submit their capabilities and relevant information by May 1, 2025, to Contracting Officer Michael Williams at michael.williams48@va.gov, with the anticipated contract period running from October 1, 2025, to September 30, 2030.
Special Education (SPED) Student Transportation Services (STS) For DoDEA Schools in Hohenfels, Germany
Buyer not available
The Department of Defense Education Activity (DoDEA) is seeking proposals for Special Education Student Transportation Services (STS) for schools located in Hohenfels, Germany. The procurement aims to provide safe and efficient transportation for special needs students, including the provision of vehicles and safety aides, over a base year and four optional years, with a minimum order amount set at €2,500. This contract is crucial for ensuring compliance with military regulations and host nation laws while maintaining high safety standards for the transportation of military-connected students. Interested contractors must submit their proposals via email by 12:00 p.m. EDT on May 2, 2025, and direct any questions to the primary contacts, John Myers at john.myers2@dodea.edu and Zlata Dale at zlata.dale@dodea.edu.
15 passenger vans.
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified contractors for the rental of 15-passenger vans to support military operations at Fort Irwin, California. The contract requires the provision of operational vehicles from April 9 to May 25, 2025, with specific safety features and maintenance obligations outlined in the Statement of Work. These vans will be utilized primarily for transporting soldiers between various locations during military training rotations, emphasizing the importance of reliability and compliance with military safety standards. Interested contractors, particularly those classified as small businesses, must submit their quotes by March 24, 2025, and can direct inquiries to SSG Devin Fuller at devin.fuller2.mil@army.mil or Major Alan Lambert at alan.r.lambert4.mil@army.mil for further details.
Shuttle Services
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking qualified vendors to provide shuttle services for veterans, their families, and staff across the North Texas Health Care Campuses. The procurement aims to establish a reliable transportation solution with multiple shuttle routes operating primarily on weekdays between 5:30 AM and 6:30 PM, enhancing the healthcare experience for veterans while ensuring compliance with federal guidelines. This initiative is particularly focused on engaging Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other socio-economically disadvantaged small businesses, with the contract anticipated to run from May 15, 2025, to May 14, 2026, and includes four optional one-year extensions. Interested parties must submit their qualifications and relevant company information by March 4, 2025, and can contact Stephanie Reeves at stephanie.reeves@va.gov or Francisco Mendoza at francisco.mendoza@va.gov for further inquiries.
DoD BUS CARRIER APPROVAL By DTMO
Buyer not available
The Department of Defense, through the Defense Travel Management Office (DTMO), is announcing a special notice regarding the upcoming solicitation for bus and van services at Joint Base San Antonio (JBSA), anticipated to be released around January 2026. The 502d Contracting Squadron is seeking contractors to provide non-personal transportation services that support the operational needs of JBSA Lackland and Fort Sam Houston, including contingency transportation, while ensuring compliance with government scheduling and cleanliness standards. To be eligible for this contract, potential offerors must be Approved DoD Bus Carriers by the DTMO at the time of proposal submission and must hold the necessary Texas licenses and Class B commercial driver's licenses with passenger endorsements. Interested parties should reach out to Barbara A. Jewett at barbara.jewett.1@us.af.mil or 210-652-5454, or Ericka L. McGlone at ericka.mcglone@us.af.mil or 210-652-8586 for further inquiries, noting that this notice is not a solicitation for proposals at this time.
Shuttling Services in Guam
Buyer not available
The Department of Defense, through the 763rd Enterprise Sourcing Squadron (763 ESS), is seeking sources to provide bus shuttling services in Guam for the Mobility Guardian 2025 (MG25) exercise. The procurement requires the contractor to supply five 50+ passenger buses, along with qualified drivers, to transport personnel between Andersen Air Force Base (AAFB) and designated hotels in Tamuning from July 7 to August 4, 2025. This service is critical for ensuring reliable transportation during the military exercise, reflecting the government's commitment to operational support. Interested vendors must submit their capabilities by May 5, 2025, and can contact Lauren Thoele at lauren.thoele@us.af.mil or John Hughes at john.hughes.31@us.af.mil for further information.