V127--FY26 - VISN 2 ARMORED CAR Services B+4 Options
ID: 36C24226Q0188Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

Armored Car Services (561613)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: SECURITY VEHICLE (V127)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for armored car services to support various VA Medical Centers (VAMCs) in upstate New York. The contractor will be responsible for providing armed personnel, armored vehicles, and all necessary services for the secure pick-up and delivery of cash and monetary documents, ensuring compliance with federal, state, and local laws. This contract includes a one-year base period starting January 6, 2026, with four additional one-year options, and has an estimated value of $43 million under NAICS code 561613. Interested parties must submit their proposals by December 18, 2025, and direct any questions to Contract Specialist Tiffany W Vazquez-Simon at Tiffany.Vazquez-Simon@va.gov by December 11, 2025.

    Point(s) of Contact
    Tiffany W Vazquez-SimonContract Specialist
    Tiffany.Vazquez-Simon@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA), Network Contracting Office 2, is soliciting proposals for armored car services for various VA Medical Centers (VAMCs) in upstate New York. This Request for Proposal (RFP) (36C24226Q0188) seeks a contractor to provide armed personnel, armored vehicles, and all necessary services for the pick-up and delivery of cash and monetary documents. The contract will have a one-year base period (January 6, 2026 – January 5, 2027) and four one-year option years. Services include scheduled pickups and deliveries to designated financial institutions, with specific schedules for each VAMC cashier and canteen office. The contractor must comply with federal, state, and local laws, ensure personnel are trained and cleared, and maintain required insurance and bonding (up to $100,000 per run). Offers are due by December 18, 2025, at 10:00 AM ET, and questions by December 11, 2025, at 10:00 AM ET. This acquisition is unrestricted, open to full and open competition, under NAICS code 561613 (Armored Car Services) with a $43 million size standard.
    The Department of Veterans Affairs (VA) Network Contracting Office 2 issued a pre-solicitation notice for armored car services for VISN 2 Upstate New York sites, including Albany, Bath, Buffalo, Canandaigua, and Syracuse. This notice, solicitation number 36C24226Q0188, is for a new requirement for a firm-fixed-price contract with a base year and four option years, commencing approximately January 6, 2026. The contractor will provide personnel, armed guards, armored vehicles, and services for cash and monetary document pick-up and delivery. The Request for Quote (RFQ) is anticipated to be released around December 8, 2025, with an offer due date of December 15, 2025. The procurement method is unrestricted, full and open competition, with quotes evaluated comparatively for best overall value. All interested offerors must be registered on SAM.gov, where the electronic solicitation will be available.
    The Past Performance Questionnaire (PPQ) is a crucial government document used to evaluate contractor performance for federal, state, and local RFPs and grants. It requires evaluators to provide detailed information about a contractor's past projects, including contract number, type, award date, period of performance, and total dollar amount, along with a brief scope description. The questionnaire assesses performance across key areas: Quality of Service, Timeliness of Performance, Business Relations, and Management of Key Personnel. A six-tier rating scale (Exceptional to Unsatisfactory) is provided, with specific definitions for each level. Evaluators must justify “Exceptional,” “Marginal,” or “Unsatisfactory” ratings in a remarks section. The completed questionnaire, which encourages handwritten remarks and additional input from other organizational members, must be returned to the US Department of Veterans Affairs, Network Contracting Office (NCO) 02, by the solicitation's due date. This comprehensive evaluation tool helps government agencies make informed decisions when awarding future contracts by gauging a contractor's past success and compliance.
    The Quality Assurance Surveillance Plan (QASP) for VA VISN 2 Upstate NY Armored Car Services outlines the government's method for evaluating contractor performance. It details what will be monitored, how, by whom (Contracting Officer Representative and Contracting Officer), and how results will be documented. The core objective is to ensure continuous armored car services at VA VISN 2 -Upstate NY VAMCs. Performance is rated using metrics like service quality, adherence to schedule, employee training, and invoicing, with Acceptable Quality Levels (AQLs) set at 98-100%. Failure to meet AQLs can result in Contract Discrepancy Reports (CDRs), corrective action plans, and negative Contractor Performance Assessment Reporting System (CPARS) ratings, potentially leading to contract termination. Performance is rated as Exceptional, Very Good, Satisfactory, Marginal, or Unsatisfactory. Both acceptable and unacceptable performance are documented, with formal reporting via CDRs for deficiencies. The QASP is a "living document" subject to review and revision, with changes coordinated with the contractor.
    This document, Wage Determination No. 2015-4143 Revision No. 32, issued by the U.S. Department of Labor, sets out minimum wage rates and fringe benefits for service contract employees in specific New York counties (Albany, Rensselaer, Saratoga, Schenectady, Schoharie). It outlines two minimum wage tiers based on contract award dates, tied to Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, with annual adjustments. The document also specifies health and welfare benefits, including paid sick leave under EO 13706, vacation, and eleven paid holidays. It provides detailed wage rates for numerous occupations across various fields, clarifies exemptions for computer employees, and details differentials for hazardous work and uniform allowances. Procedures for conforming unlisted job classifications and wage rates are also included.
    This Wage Determination (No. 2015-4147, Revision 33, dated 07/08/2025) outlines minimum wage rates and fringe benefits for service contract employees in Erie and Niagara Counties, New York, under the Service Contract Act. It details different minimum wage requirements based on contract award dates, either Executive Order 14026 ($17.75/hour) or Executive Order 13658 ($13.30/hour) for 2025, with annual adjustments. The document lists specific hourly rates for numerous occupations across various fields, including administrative, automotive, food service, health, and technical roles. It also covers fringe benefits like health and welfare, vacation, and holidays. Special provisions address computer employees, air traffic controllers, weather observers, hazardous pay differentials, and uniform allowances. A conformance process is detailed for unlisted job classifications.
    This Wage Determination (No. 2015-4161, Revision No. 31, dated July 8, 2025) outlines minimum wage rates and fringe benefits for service contracts in Livingston, Monroe, Ontario, Orleans, and Wayne Counties, New York, under the Service Contract Act. It specifies applicable minimum wage rates based on Executive Orders 14026 ($17.75/hour) or 13658 ($13.30/hour), depending on contract award or renewal dates. The document details health and welfare benefits, including paid sick leave under EO 13706, vacation, and eleven paid holidays. It also provides specific wage rates for numerous administrative, automotive, food service, health, IT, and other occupations. Special provisions for computer employees, air traffic controllers, and weather observers are included, along with hazardous pay differentials and uniform allowances. The document also describes the conformance process for unlisted occupations, ensuring fair compensation for all contract employees.
    This document outlines wage determinations and labor standards for service contracts in Madison, Onondaga, and Oswego Counties, New York. It specifies 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 details hourly wages for numerous occupations across various sectors, including administrative, automotive, health, and IT. It also mandates fringe benefits like health & welfare, vacation, and holidays. Special provisions cover paid sick leave under EO 13706, hazardous pay differentials, and uniform allowances. The document also provides a conformance process for unlisted job classifications, emphasizing adherence to the Service Contract Act Directory of Occupations.
    This government file, Wage Determination No.: 2015-4181, Revision No.: 31, details prevailing wage rates and fringe benefits for service contracts in Genesee, Schuyler, Seneca, and Steuben Counties, New York, effective July 8, 2025. It specifies minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on contract award dates and renewals, with annual adjustments. The document outlines health and welfare benefits ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation leave based on years of service, and eleven paid holidays. It also includes provisions for hazardous pay differentials (4% or 8%), uniform allowances, and the process for conforming unlisted job classifications and wage rates using Standard Form 1444. Special conditions for computer employees, air traffic controllers, and weather observers regarding exemptions and night/Sunday pay are also detailed.
    Similar Opportunities
    V225--Ground Ambulance Services
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for Ground Ambulance Services under Solicitation Number 36C25626Q0059, aimed at providing non-emergency ambulance transportation for the Gulf Coast Veterans Health Care Systems and its associated clinics. The contract encompasses a base period from January 1, 2026, to December 31, 2026, with four additional twelve-month option periods, requiring services such as Stretcher Transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT) available 24/7. This procurement is crucial for ensuring timely and compliant medical transportation services for veterans, adhering to federal, state, and local regulations regarding personnel and equipment. Interested contractors must submit their quotes by December 18, 2025, and direct any questions to Contracting Officer Tina Harris at tina.harris3@va.gov by December 4, 2025.
    V225--Ambulance Service | Follow on Base 3 | Start: 3/1/26
    Buyer not available
    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.
    V225--Martinsburg VAMC Ground Ambulance Transportation
    Buyer not available
    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.
    V119--Philadelphia VAMC - Wheelchair Van Transportation Services
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 4, is seeking qualified contractors to provide Wheelchair Van Transportation Services for the Philadelphia Veterans Affairs Medical Center (VAMC). The procurement aims to establish a contract for non-emergency medical transportation services, specifically designed to accommodate wheelchair-bound veterans, with a focus on ensuring reliable and efficient transportation over a five-year period. This service is critical for facilitating access to medical appointments and enhancing the overall care experience for veterans. Interested parties must submit their proposals by December 12, 2025, at 10:00 AM, and all inquiries should be directed to Contract Specialist Cynthia A. Laemmerhirt at Cynthia.Laemmerhirt@va.gov. The contract will be set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 485991, with a size standard of $19 million.
    Special Mode Transportation for VA Northern California Health Care System
    Buyer not available
    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.
    Courier Services for General and Pharmacy Supplies
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide courier services for general and pharmacy supplies for the Hershel Woody Williams VA Medical Center in Huntington, West Virginia. The procurement involves 24/7 on-call transportation within the Tri-State area, with a base performance period from February 1, 2026, to January 31, 2027, and two optional one-year extensions. These services are critical for ensuring timely delivery of medical supplies, with specific requirements including a two-hour pickup response time, tracking and documentation, and adherence to strict security protocols regarding data privacy. Interested parties should contact Naana Owusu-Ansah at naana.owusu-ansah@va.gov for further details, and must submit their proposals in accordance with the solicitation guidelines by the specified deadlines.
    V225--Pre-Solicitation VA Sierra Nevada Health Care System Air Ambulance Services
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 21, is seeking proposals for Air Ambulance Services, including ground transportation, for the VA Sierra Nevada Health Care System. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a five-year performance period, commencing on January 31, 2026, and extending through January 30, 2031, encompassing five one-year ordering periods. This service is crucial for providing emergent and non-emergent medical transport for eligible Veterans within a 300-nautical-mile radius, adhering to strict compliance with FAA, DOT, OSHA, and accreditation standards. Interested offerors must submit their proposals electronically by December 16, 2025, with a guaranteed minimum order of $2,500.00 and a maximum contract value of $3,200,000.00. For further inquiries, contact Timothy A. Smith at Timothy.Smith9de3@va.gov.
    V226--Detroit VAMC - Non-Emergency Medical Transportation Base 3 | Start: 1/1/2026
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for non-emergency medical transportation services for the John D. Dingell VA Medical Center in Detroit, Michigan, with a contract start date of January 1, 2026. The contractor will be responsible for providing both ambulatory and non-ambulatory transportation services, including all necessary vehicles, personnel, and management, available 24/7 to meet the needs of the VA and its associated clinics. This service is crucial for ensuring that veterans receive timely and efficient transportation to medical appointments, thereby enhancing their access to healthcare. Interested Service-Disabled Veteran-Owned Small Businesses must submit their quotations by December 16, 2025, at 1 PM EST, with an estimated contract value of up to $19 million.
    V225--Ambulance Services (Prestonsburg area) /
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for ambulance services in the Prestonsburg area, specifically for the Hershel "Williams" Williams VA Medical Center and its associated clinics. The contract, identified as 36C24526Q0076, encompasses a range of services including Basic Life Support (BLS), Advanced Life Support (ALS), Specialty Care Transport (SCT), and Critical Care Transport (CCT), requiring the contractor to provide all necessary vehicles, personnel, and equipment while adhering to strict federal, state, and local regulations. This procurement is crucial for ensuring reliable and timely transportation services for veterans, with a maximum contract value of $5 million over five years. Interested parties must submit their proposals by November 7, 2025, at 3 PM Eastern Time, and can direct inquiries to Mark Smith at mark.smith25@va.gov.
    V212--Boston VA Healthcare System Special Mode/Wheelchair Van Transportaion Services
    Buyer not available
    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.