R602--Mail Courier Services for Northern California Regional Reproduction Center VA
ID: 36C26125Q0260Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, 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 seeking proposals for Mail Courier Services for the Northern California Regional Reproduction Center, specifically for the VA Sierra Pacific Network (VISN 21). The contract, which spans five years from April 1, 2025, to March 31, 2030, requires vendors to provide daily scheduled mail courier operations, transport bulk mail, and manage supply pick-ups, with a strong emphasis on compliance with federal regulations. This procurement is crucial for ensuring efficient logistics and mail services within the VA network, while also supporting the participation of Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit their bids by 12:00 PM PST on March 4, 2025, and can contact Regina E Spillane at Regina.spillane1@va.gov for further information.

    Point(s) of Contact
    Regina E SpillaneContract Specialist
    (925) 372-2386
    Regina.spillane1@va.gov
    Files
    Title
    Posted
    The document serves as a presolicitation notice for mail courier services required by the Northern California Regional Reproduction Center of the Department of Veterans Affairs (VA). It details the solicitation number (36C26125Q0260) and specifies a response deadline of February 25, 2025, at 12:00 PM Pacific Time. The project is categorized under the SDVOSBC set-aside, indicating it is reserved for Service-Disabled Veteran-Owned Small Businesses. The relevant Product Service Code is R602, and it falls under the NAICS code 492110, which pertains to couriers and express delivery services. The place of performance is listed as 3230 Peacekeeper Way, McClellan Park, CA, 95652. The presolicitation highlights the crucial need for these services to support VA operations, underlining the agency’s commitment to utilizing veteran-owned enterprises in its contracting opportunities.
    This document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs (VA) for Mail Courier Services, intended for the VA Sierra Pacific Network (VISN 21) over a five-year period, from April 1, 2025, to March 31, 2030. Key services include daily scheduled mail courier operations between the Regional Reproduction Center and North Highlands Post Office, transport of bulk mail, and supply pick-ups. The solicitation emphasizes compliance with federal regulations, requiring that vendors be registered as Small Business and specifically as Service-Disabled Veteran-Owned Small Businesses (SDVOSB) in the SBA certification database at the time of bid submission. Contractors must provide the necessary equipment, demonstrate insurance and licensing compliance, and ensure quality control throughout the project. The RFP includes detailed clauses summarizing contract terms, payment procedures, and responsibilities of both parties. Additionally, it highlights the requirement for electronic invoice submissions and sets expectations for contractor identification, communication, and adherence to deadlines. The overall goal signifies the VA’s commitment to supporting veteran-owned businesses while ensuring efficient logistics for mail services within its network.
    The document involves an amendment to a solicitation by the Department of Veterans Affairs, specifically Network Contracting Office (NCO) 21, concerning contract number 36C26125Q0260. The primary purpose of this amendment is to extend the deadline for submissions of offers or bids to 12:00 PM PST on March 4, 2025. The text instructs bidders to acknowledge receipt of the amendment by specified methods, ensuring that offers submitted after the designated time may be rejected. The amendment is part of routine administrative changes and allows contractors to adjust their submissions accordingly. The document outlines procedural requirements and maintains all existing terms and conditions of the original solicitation. Overall, this amendment reflects the ongoing processes in federal procurement to ensure transparent communication with potential contractors, emphasizing the importance of adhering to modified timeframes in the bidding process.
    The document outlines wage determinations under the Service Contract Act, issued by the U.S. Department of Labor, applying primarily to federal contracts. It details the minimum wage requirements, specifying rates based on contract effective dates and associated Executive Orders. For contracts initiated or extended after January 30, 2022, a minimum wage of $17.75 per hour is mandated, while contracts awarded between January 1, 2015, and January 29, 2022, require at least $13.30 per hour. The wage rates for various occupations in California's counties are elaborated, alongside mandated benefits like health welfare, vacation, and holiday pay. Additionally, the document highlights regulations regarding paid sick leave under Executive Order 13706, emphasizing workers' rights under federal contracts. The comprehensive wage tables cover myriad occupations, promoting fair compensation aligned with skill levels, and a conformance process is established for any unlisted positions. This enumerated guidance serves as a critical resource for contractors and employers to ensure compliance with federal labor standards and protect worker rights, thereby supporting the federal government's commitment to equitable compensation in public contracts.
    Similar Opportunities
    R602--Courier Service HSM
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for courier services to transport laboratory specimens from the VA Puget Sound Healthcare System in Seattle, Washington, to various local facilities. The contract, valued at $34 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a base performance period from June 1, 2025, to May 31, 2026, with four optional yearly extensions through May 31, 2030. This procurement is critical for maintaining efficient logistical support for veteran healthcare operations, ensuring timely delivery of essential medical specimens. Interested vendors must submit their offers by February 21, 2025, at 1 PM local time, and direct any inquiries to Contract Specialist Nazanin Kreiner at nazanin.kreiner@va.gov or (208) 429-2033.
    W065--Equipment Lease and Maintenance for Mailing, Shipment Tracking, Proof of Delivery Receiving Services for Mailroom and Warehouse. Base Plus 4 Option Yrs.
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the lease and maintenance of mail metering machines and package tracking equipment for the Jerry L Pettis VA Medical Center in Loma Linda, California. The procurement aims to replace outdated mail systems and enhance the efficiency of mail processing services, accommodating an estimated 265,000 outgoing mail items annually. This initiative is critical for ensuring compliance with USPS and VA standards while improving operational efficiency in mail processing. Proposals must be submitted electronically by February 24, 2025, with an estimated contract value of $40 million over a potential five-year period. Interested parties should direct inquiries to Contracting Officer Anette Doan at Anette.Doan@va.gov or call 562-766-2200.
    R602--NEW - NTX Lab Courier Services Q&A Responses
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for laboratory courier services for the VA North Texas Healthcare System, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contract, effective from April 1, 2025, to March 31, 2026, with four optional renewal periods, requires the contractor to transport laboratory specimens and supplies between designated healthcare facilities while ensuring compliance with safety regulations, including HIPAA standards. This procurement underscores the VA's commitment to engaging veteran-owned businesses in fulfilling essential service needs. Interested vendors must submit their proposals by February 28, 2025, and direct inquiries to Contracting Officer Delphia Schoenfeld at delphia.schoenfeld@va.gov or by phone at 210-417-7495.
    Houston VAMC Courier Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified service-disabled veteran-owned small businesses for courier services at the Houston Veterans Affairs Medical Center (VAMC) and various Community-Based Outpatient Clinics (CBOCs) in Texas. The contract aims to ensure reliable and timely pickups and deliveries, with specific performance expectations outlined in the solicitation. This procurement is crucial for maintaining efficient logistical support within the healthcare services provided to veterans, reflecting the government's commitment to supporting veteran-owned enterprises. Proposals are due by February 24, 2025, and all inquiries should be directed to Andrew Misfeldt at andrew.misfeldt@va.gov, with questions accepted until January 31, 2025, at 10:00 CST.
    R602-- LAB COURIER SVC
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for Lab Courier Services under Solicitation Number 36C24725Q0261, specifically aimed at Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. The contract will facilitate the transportation of specimens, materials, and supplies between various VA clinics and the Central Alabama Veterans Health Care System (CAVHCS), with an estimated performance period from May 1, 2025, to April 30, 2026, and options for four additional years. This service is crucial for ensuring timely delivery of laboratory materials, which supports quality patient care within the VA healthcare system. Interested contractors must submit their quotations and inquiries via email to the designated contracting officer, Sheryl Harris, at sheryl.harris5@va.gov, by the response deadline of March 10, 2025.
    R602--NEW - Tyler Lab Courier Service
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the Tyler Lab Courier Service, aimed at facilitating the transportation of laboratory specimens and supplies between the Tyler VA Outpatient Clinics and the Dallas VA Hospital. The contract includes both scheduled and unscheduled courier services, with a requirement for 522 scheduled trips annually, and emphasizes the importance of compliance with safety regulations, including HIPAA, and the handling of biohazardous materials. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and reflects the VA's commitment to supporting veteran-owned enterprises while ensuring efficient healthcare logistics. Proposals are due by March 14, 2025, and interested vendors should contact Delphia Schoenfeld at delphia.schoenfeld@va.gov or 210-417-7495 for further information.
    V225--36C26125Q0195 | Ground Ambulance Services for VA Central California Healthcare System *FULL AND OPEN WITHOUT EXCLUSIONS
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Ground Ambulance Services for the VA Central California Healthcare System, under solicitation number 36C26125Q0195. The contract requires the provision of both non-emergency and emergency ambulance services, including Advanced Life Support (ALS), Basic Life Support (BLS), and Critical Care Transport (CCT) on a 24/7 basis, primarily serving the Fresno area and surrounding counties. This procurement, valued at $22.5 million with a guaranteed minimum of $2,500, emphasizes compliance with federal and state regulations, quality control measures, and the qualifications of personnel. Interested vendors must submit their proposals by February 20, 2025, at 11:00 AM Pacific Time, and can direct inquiries to Contract Specialist John Da Silva at John.Dasilva@VA.gov or by phone at 925-372-2000.
    V119--Moving & Shipping Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for moving and shipping services, specifically for the Puget Sound Medical Center in Seattle, Washington. The contract, valued at $34 million, is set aside for service-disabled veteran-owned small businesses (SDVOSB) and involves the transportation of approximately 35,000 to 40,000 pounds of equipment between the VA warehouse and the medical center, with a completion deadline of March 7, 2025. This procurement underscores the importance of logistical support in healthcare operations, ensuring that equipment is transported safely and efficiently while adhering to federal regulations. Interested contractors must register for a site visit scheduled for February 19, 2025, and can direct inquiries to Contracting Officer Derek Crockett at Derek.Crockett@va.gov or by phone at 360-816-2760 x32760.
    F108--36C26125Q0273 | Medical Waste Disposal Service VA Central California Health Care System | *Total SDVOSB set-aside
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Medical Waste Disposal Services at the VA Central California Health Care System located in Fresno, CA. This procurement, valued at $47 million, is specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a base year along with four option years for service. The contract requires contractors to manage the removal and disposal of regulated medical waste, ensuring compliance with Environmental Protection Agency (EPA) guidelines, and includes stipulations for waste collection, record maintenance, and quality assurance. Interested parties must submit their proposals by March 3, 2025, at 10:00 AM Pacific Time, and can direct inquiries to Contracting Officer John Da Silva at John.Dasilva@VA.gov or by phone at 925-372-2000.
    DA10--Telephonic & Remote Software Support Services Base Plus Option Years POP: 03/01/2025 - 02/28/2030
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for telephonic and remote software support services, with a contract period from March 1, 2025, to February 28, 2030. The procurement aims to provide 24/7 technical support, updates, and troubleshooting for the C-Cure 9000 Series S PACS security system, ensuring timely responses and compliance with VA security requirements. This initiative is critical for maintaining the operational efficiency of security systems within veterans' healthcare facilities, with an estimated contract value of $47 million set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their proposals by February 26, 2025, and can direct inquiries to Contract Specialist Thomas Parsons at thomas.parsons2@va.gov or by phone at 918-577-3532.