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
    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
    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.
    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.
    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.
    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.
    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 Van Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for wheelchair van services for the Salisbury VA Healthcare System and its associated clinics. The contract will provide non-emergent transportation services 24/7, including weekends and holidays, with a minimum of 15 vans available to meet the needs of eligible veterans, including transportation to various facilities and local airports within North Carolina. Compliance with federal regulations, quality control standards, and specific vehicle and personnel requirements is essential for contractors, who must also utilize the VetRide transportation software for trip requests and invoicing. Interested parties should contact Contract Specialist Kamilah R Nye at Kamilah.Nye@va.gov for further details, and proposals must adhere to the outlined requirements to be considered for the contract.
    V212--Boston VA Healthcare System Special Mode/Wheelchair Van Transportaion Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is conducting market research to identify qualified vendors for Special Mode/Wheelchair Van Transportation Services for Veteran Beneficiaries in the Boston, Massachusetts area. The procurement aims to support an estimated 5,000 one-way trips per month, ensuring that veterans have access to necessary transportation services. This sources sought notice is part of the government's efforts to evaluate market capacity and may lead to a contract that could be set aside for small businesses or opened to full competition. Interested parties are invited to submit their organizational details and tailored capability statements by January 15, 2026, at 12:00 PM EST, to David Roy at David.Roy@va.gov and Sebastian Freeze at Sebastian.Freeze@va.gov.
    Shuttle Services BPA
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for shuttle services under a Blanket Purchase Agreement (BPA) set aside for women-owned small businesses. The procurement aims to establish a five-year contract, with a maximum value of $5,000,000, to provide transportation services for employees within a 50-mile radius of the Carderock Division Headquarters in West Bethesda, Maryland, from January 1, 2026, to January 1, 2031. The contractor will be responsible for supplying a 15-passenger vehicle, a licensed and uniformed driver, fuel, maintenance, and necessary operating supplies, while adhering to specific safety and reporting requirements. Interested vendors must submit their quotes by December 15, 2025, at 12 PM EST, to Steven Besanko at steven.besanko@navy.mil, and will be evaluated based on a lowest price technically acceptable (LPTA) basis without discussions.
    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.
    V226--Amend 0001 | Question Response | Update RFQ | Detroit - NEMT
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Non-Emergency Medical Transportation (NEMT) services for the John D. Dingell VA Medical Center in Detroit, Michigan. The procurement aims to provide both ambulatory and non-ambulatory patient transport, ensuring compliance with federal, state, and local regulations while utilizing the VA's VetRide software for trip management and invoicing. This service is crucial for facilitating patient access to medical care, with the contract covering a base period from January 1, 2026, to September 30, 2026, and extending through three optional ordering periods until April 30, 2029, with an estimated total value of up to $19 million. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by December 16, 2025, and can contact Contracting Officer Robert J. Bolcavage at robert.bolcavage@va.gov or 937.469.1228 for further information.
    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.
    V225--Martinsburg VAMC Ground Ambulance Transportation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a five-year Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Ground Ambulance Transportation services to support the Martinsburg VA Medical Center and its associated Community-Based Outpatient Clinics. The contract will encompass a range of services, including Advanced Life Support (ALS), Basic Life Support (BLS), and Critical Care Transport (CCT), available 24/7, with specific requirements for contractor personnel qualifications, vehicle standards, and compliance with federal regulations. This procurement is crucial for ensuring timely and effective medical transportation for veterans in the designated service areas across Pennsylvania, Maryland, Virginia, and West Virginia. Interested contractors should note that the minimum guaranteed contract amount is $1,000.00, with a maximum ceiling of $2,600,000.00, and proposals are due by December 18, 2025, at 1:00 PM EST. For further inquiries, contact Dan Feng Lu at DanFeng.Lu@va.gov.
    Student Transportation Services to the Ft. Stewart Military Community in Georgia.
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is seeking proposals for student transportation services at the Ft. Stewart Military Community in Georgia, under solicitation HE125426RE007. This procurement is a 100% Small Business set-aside, requiring contractors to provide comprehensive transportation services, including daily commutes, special education transportation, and extended school year services, with a focus on safety and efficiency. The contract encompasses a base year and four option years, with a minimum guaranteed value of $2,500. Proposals must be submitted via email by 12:00 p.m. EST on January 30, 2026, following the submission of a Non-Disclosure Agreement by January 23, 2026, to receive critical route information. Interested parties should direct inquiries to Contracting Officer Esther Yi at esther.yi@dodea.edu or Contract Specialist Batsaikhan Usukh at batsaikhan.usukh@dodea.edu.
    V212--Bedford VA Medical Center Special Mode/ Wheelchair Van Transportation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, VISN 1, New England, is seeking qualified organizations to provide Special Mode/Wheelchair Van Transportation Services for Veteran Beneficiaries at the Bedford VA Medical Center in Bedford, Massachusetts. The procurement aims to identify capable parties to support an estimated requirement of approximately 1,000 one-way trips per month, contributing to the transportation needs of veterans in the area. This sources sought notice is part of market research to determine the acquisition method, which may include set-asides for small businesses or full and open competition. Interested parties are invited to submit their organizational details and tailored capability statements by January 15, 2026, at 12:00 PM EST, to sebastian.freeze@va.gov and david.roy@va.gov.
    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.