The Department of Veterans Affairs (VA) Network Contracting Office 17 has issued an amendment to a previous combined solicitation, 36C25726R0001, for ELP Wheelchair Transportation Services. This 60-month Indefinite Delivery Contract (IDC) is a set-aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 485991 (Product Service Code V225). The contracting office is located in San Antonio, TX, with the place of performance at the Amarillo VA Health Care System in Amarillo, TX. Responses are due by January 19, 2026, at 10:00 AM Central Time. All correspondence should be directed to Contract Specialist Mariangie Rios Vazquez, with a copy to Astrid.mckinney@va.gov. This amendment provides additional details and clarifications regarding the solicitation.
This government document, Amendment of Solicitation/Modification of Contract 36C25726R0001, issued by the Department of Veterans Affairs, Network Contracting Office 17, serves to correct the "Description" section of the solicitation notice. The amendment addresses existing language that pertained to a sources sought notice and updates it to reflect proper solicitation language, aligning with the SAM posting which identifies 36C25726R0001 as a solicitation. The offer due date remains January 19, 2026, at 10:00 AM CST. Offerors must acknowledge receipt of this amendment by completing and returning copies of the amendment, acknowledging it on their offer, or submitting a separate communication, ensuring receipt by the specified deadline to avoid rejection of their offer. This ensures clarity and accuracy in the solicitation process.
This document is an amendment to a previous combined solicitation, 36C25726R0001, for ELP Wheelchair Transportation Services for a 60-month period. The solicitation, issued by the Department of Veterans Affairs, Network Contracting Office 17, has a response date of January 21, 2026, at 10:00 AM Central Time. It is a set-aside for 8A businesses, with a NAICS code of 485991 and a product service code of V225. The contracting office is located in San Antonio, TX, and the place of performance is El Paso, TX. The point of contact for this solicitation is Contract Specialist Mariangie Rios-Vazquez. Additional details are provided in attached documents.
This government file, an Amendment of Solicitation/Modification of Contract (Standard Form 30), addresses changes to solicitation number 36C25726R0001 issued by the Department of Veterans Affairs, Network Contracting Office 17. The primary purpose of this amendment is to correct administrative details and extend deadlines for an ongoing procurement. Specifically, the due date for vendor questions has been corrected to January 9, 2026, at 2:00 PM CST, and the offer response date has been extended to January 21, 2026, at 10:00 AM CST. Additionally, the "Place of Performance" in the original document 36C25726R0001 0001_1 is being corrected from Amarillo to El Paso, Texas. This amendment ensures all potential offerors have accurate information and sufficient time to respond.
This Combined Synopsis/Solicitation Notice, 36C25726R0001, is a Sources Sought Notice issued by the Department of Veterans Affairs' Network Contracting Office 17. Its purpose is market research for Wheelchair Transportation Services primarily in the El Paso, Texas area and its Community-Based Outpatient Clinics, serving over 534,800 Veterans across specific counties in Texas and New Mexico. The notice aims to identify potential qualified sources and their socioeconomic status (e.g., SDVOSBC, NAICS 485991 with a $19M size standard) to inform future acquisition decisions, including potential set-asides. This is not a solicitation for proposals, and any future solicitation will be announced on SAM.gov or GSA E-Buy. Interested businesses are encouraged to respond electronically by January 19, 2026, by completing an attached questionnaire and sending it to Astrid McKinney.
The purpose of Sources Sought Notice 36C25726R0001 is to gather information regarding Wheelchair Transportation Services for the El Paso VA Medical Center and affiliated outpatient clinics. This notice is part of a market research effort conducted by the Network Contracting Office 17 within the Department of Veterans Affairs. The service area includes counties in Texas and New Mexico, serving over 534,800 veterans.
The notice is not a solicitation for proposals but seeks to identify potential qualified businesses, including small business classifications, and to inform future procurement strategies. Interested parties are invited to respond with relevant business details, including their size classification, service eligibility, and fleet capabilities.
Responses should be sent electronically to Contracting Officer Astrid McKinney by 10:00 AM CST on August 22, 2025. This notice will assist the Department of Veterans Affairs in determining acquisition decisions and potential contract opportunities, emphasizing the plan to issue a full solicitation later on platforms like SAM.gov.
The document outlines the essential requirements for submitting a quote in response to a government solicitation (36C25726R0001). It emphasizes clarity, conciseness, and sufficient detail to substantiate claims, urging offerors to provide a rationale for meeting requirements rather than simply restating them. Key submission requirements include company letterhead, timely submission, offeror contact information (name, address, telephone), unit price, overall total price, discount terms, CAGE code, UEI number, and business size. Failure to provide this information may result in a nonresponsive quote. Additionally, offerors must provide their business name, address, SAM UEID and expiration date, socioeconomic status (checking all applicable categories like Small Business, SDB, HUBZone, etc.), point of contact details, and TAX ID. If annual representations and certifications haven't been completed electronically via SAM, specific paragraphs of provision 52.212-3 must be completed.
The El Paso VA Medical Center seeks proposals for non-emergent wheelchair transportation services, available 24/7, including weekends and holidays. The contractor must provide all necessary vehicles, personnel, management, supplies, equipment, and reporting. Services cover transportation of veterans, their luggage, medical records, and comfort items within Texas and New Mexico, including EPVAHCS facilities, CBOCs, other VA locations, non-VA facilities, residences, and local airports. Contractor personnel must be courteous, qualified, and undergo background checks and TB testing. Vehicles must be safe, comfortable, and meet all regulations. The contractor will utilize the VetRide Vendor Portal for transportation requests and invoicing. Strict adherence to response times, cancellation policies, patient welfare, incident reporting, and invoicing procedures is required. The contract also outlines requirements for quality control, COVID-19 precautions, conformity to regulations, wage rates, insurance, annual VA training, environmental management, and CPARS registration.
Attachment C of RFP 36C25726R0001 is a Vendor Questionnaire outlining technical factors and compliance requirements for prospective vendors. Vendors must detail their approach to technical capabilities, including evidence of federal, state, and local compliance, licensing, registration, and safety standards. The questionnaire also requires a Quality Control Plan, a Contingency Plan, and Dispatch Procedures, with vendors indicating page numbers where these factors are addressed in their quotation package. Additionally, certification for FAR CLAUSE VAAR 852.219-75 regarding limitations on subcontracting is mandatory. This document ensures vendors meet all necessary operational and regulatory standards for the RFP.
The Performance Work Statement (PWS) for Wheelchair Transportation Services at the El Paso VA Medical Center outlines the requirements for contracted non-emergency ambulance services for veterans in the region. The contractor must provide transportation 24/7 for patients requiring wheelchair assistance, utilizing specified protocols and technological platforms like the VetRide portal for service management and billing. The document details various operational obligations, including vehicle maintenance, personnel qualifications, compliance with health regulations, and adherence to COVID-19 safety protocols.
Operational specifics mandate that pickup and delivery services occur from various authorized locations, including hospitals and veterans' residences. The contractor's performance will be evaluated through a Quality Assurance Surveillance Plan (QASP) to ensure adherence to prescribed standards. Key compliance features include maintaining vehicle cleanliness, timely service delivery, and effective communication with VA personnel. Moreover, the PWS emphasizes the importance of proper training, insurance coverage, and confidentiality concerning patient information, reinforcing the contractor's responsibility to comply with federal laws governing health information integrity and safety.
Overall, this document serves as a comprehensive guideline to ensure veterans receive safe and efficient transportation services in a compliant and quality-driven manner.
This government solicitation (36C25726R0001) from the Department of Veterans Affairs, Network Contracting Office 17, outlines requirements for non-emergent wheelchair transportation services for the El Paso VA Health Care System and its associated clinics. The contract is a single-award Indefinite Delivery, Indefinite Quantity (IDIQ) with an estimated value of $1.8 million over a 60-month ordering period (February 2026 to January 2031). Services include transportation for patients up to and over 300 pounds, mileage outside the base rate, and waiting time. The contractor must provide 24/7 service, including all holidays, and adhere to strict regulations regarding personnel qualifications, vehicle safety, incident reporting, and invoicing through the VetRide Vendor Portal or VA-approved software. The solicitation emphasizes patient welfare, HIPAA compliance, and specific performance standards, including on-time pick-ups and accurate invoicing.
This document outlines wage determinations and benefits for service contracts in Culberson County, Texas, under the Service Contract Act. It details minimum wage requirements based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, with annual adjustments. The file specifies hourly rates for a wide range of occupations, from administrative support to technical roles. It also covers fringe benefits, including health and welfare ($5.55/hour or $5.09/hour if EO 13706 applies), vacation (2-4 weeks based on service), and 11 paid holidays. Special provisions include paid sick leave under EO 13706, hazardous pay differentials (4% or 8%), and uniform allowances. It also provides a conformance process for unlisted job classifications.
This government file, Wage Determination No. 2015-5447, outlines the minimum wage rates and fringe benefits for service contract employees in Dona Ana County, New Mexico. It details hourly wage requirements based on Executive Orders 14026 and 13658, which mandate minimum wages of $17.75 and $13.30 per hour, respectively, depending on the contract award date. The document specifies various occupational categories, from administrative support to technical roles, with corresponding hourly rates. It also provides information on paid sick leave, vacation, holidays, hazardous pay differentials, and uniform allowances. Special conditions apply to computer employees and air traffic controllers, and a conformance process is detailed for unlisted job classifications.
This government file is a wage determination for service contracts in El Paso and Hudspeth Counties, Texas, updated on July 8, 2025. It specifies minimum wage rates, fringe benefits, and other labor requirements under the Service Contract Act. Key provisions include hourly minimum wages of $17.75 (for contracts after January 30, 2022) or $13.30 (for contracts between January 1, 2015, and January 29, 2022) for covered workers, with annual adjustments. The document outlines health and welfare benefits ($5.55/hour or $5.09/hour if EO 13706 applies), paid vacation, and eleven paid holidays. It details occupational wage rates across various categories, including administrative, automotive, health, and IT. Special conditions cover computer employees' exemptions, night/Sunday pay for air traffic controllers and weather observers, hazardous pay differentials (4% or 8%), and uniform allowances. The file also describes the conformance process for unlisted job classifications using Standard Form 1444.
This document outlines wage determinations and employment conditions for service contracts in El Paso and Hudspeth Counties, Texas, under the Service Contract Act. It details minimum wage rates based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on contract award dates. The file provides an extensive list of occupations and their corresponding hourly wages, categorized by administrative support, automotive service, food preparation, healthcare, information technology, and various other fields. It also specifies fringe benefits, including health and welfare ($5.55/hour, or $5.09/hour for EO 13706 covered contracts), vacation (2-4 weeks based on service), and 11 paid holidays. Special provisions cover paid sick leave under EO 13706, hazardous pay differentials (4% or 8%), uniform allowances, and procedures for conforming unlisted job classifications and wage rates via SF-1444.
This government file, Wage Determination No. 2015-5455, issued by the U.S. Department of Labor, sets out minimum wage rates and fringe benefits for service contract workers in Chaves, Eddy, Lincoln, and Otero counties, New Mexico. It specifies different minimum wage rates based on Executive Orders 14026 ($17.75/hour) or 13658 ($13.30/hour) depending on the contract award or renewal date. The document lists wage rates for numerous occupations across administrative, automotive, food service, health, IT, and other sectors. It also details fringe benefits, including health and welfare ($5.55/hour or $5.09/hour for EO 13706 covered contracts), vacation leave (2-4 weeks based on service), and eleven paid holidays. Additionally, the file outlines provisions for hazardous pay differentials (4% or 8%), uniform allowances, and a conformance process (SF-1444) for unlisted job classifications.