R602--Courier Transportation Service PVAHS - SDVOSB CONCERN
ID: 36C26225Q0092Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Couriers and Express Delivery Services (492110)

PSC

SUPPORT- ADMINISTRATIVE: COURIER/MESSENGER (R602)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for Courier Transportation Services for the Phoenix VA Healthcare System (PVAHCS) and surrounding Community-Based Outpatient Clinics (CBOCs). The objective is to establish a firm-fixed-price contract for the transportation of laboratory specimens, medical instruments, and documents, with a contract period starting April 1, 2025, and options for four additional years through March 31, 2030. This service is critical for maintaining efficient healthcare logistics and ensuring timely delivery of sensitive materials while adhering to health and safety regulations. Interested vendors must submit their proposals electronically by January 23, 2025, at 10:00 AM PST, and can direct inquiries to Contract Specialist Barry Bland at barry.bland@va.gov.

    Point(s) of Contact
    Barry BlandContract Specialist
    barry.bland@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs (VA) for Courier Transportation Services to support the Phoenix VA Healthcare System (PVAHCS). It specifies the contract periods for new courier services, indicating a primary contract period from April 1, 2025, to March 31, 2026, with multiple options to extend service annually until March 31, 2030. Interested offerors must submit their proposals electronically and adhere to specific submission guidelines, including a strict due date of January 23, 2025, at 10:00 AM PST. Moreover, the document includes comprehensive requirements related to contractor compliance with federal regulations, particularly concerning the handling of sensitive information and data security measures when interfacing with VA systems. It emphasizes the importance of following guidelines for contractor training, security protocols, and reporting any security incidents. The RFP aims to enhance the VA’s operational efficiency and ensure secure transportation of materials and documents within the healthcare system, promoting overall veteran care. The solicitation details various aspects, including pricing schedules, delivery points, and relevant clauses to ensure compliance and effective service delivery.
    The presolicitation notice details a forthcoming Request for Proposals (RFP) for Courier Transportation Services for the Phoenix VA Healthcare System (PVAHCS), explicitly set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract spans a base year from April 1, 2025, to March 31, 2026, with an option for four additional years extending to March 31, 2030. The primary objective is to provide reliable courier services to the PVAHCS and its surrounding Community-Based Outpatient Clinics. The solicitation number for this contract is 36C26225Q0092, with responses due by January 23, 2025, at 10:00 Pacific Time. Interested parties may contact Dr. Barry Bland, the Senior Contract Specialist, via email at barry.bland@va.gov or by phone. This notice underscores the government’s intent to procure essential transportation services while supporting veteran-owned businesses, reflecting a commitment to enhancing healthcare delivery to veterans in the community.
    The document outlines a Request for Proposals (RFP) for Courier Transportation Services for the Phoenix VA Healthcare System (PVAHCS) as well as surrounding Community-Based Outpatient Clinics (CBOCs). The primary goal is to secure a contractor to provide transportation services for laboratory specimens, medical instruments, devices, and documents. The contract encompasses a base year starting April 1, 2025, with options for four additional years. Key elements include a 24/7 on-call requirement from the Mental Health department, an estimated 5,400 deliveries per year, and specifications regarding the handling of hazardous materials. Prospective bidders must address various inquiries about service requirements, including vehicle specifications, operational logistics, and emergency response protocols. Contractors are required to provide their own equipment, such as coolers and dry ice, while billing procedures for potential increases in service demand are clearly outlined. The document emphasizes the importance of compliance with VA guidelines and provides a structured approach to submitting proposals. This RFP reflects the government's focus on efficient healthcare logistics to ensure timely communication and transportation within the VA healthcare system.
    The document outlines Service Contract Act Wage Determination (WD) #2015-5469, specifically focusing on areas within Arizona, particularly Maricopa and Pinal counties. This WD is identified under revision number 25 and was published on July 21, 2024. The purpose of the wage determination is to provide specific wage rates for various services covered under the Service Contract Act in support of federal contracts. These wage rates are essential for ensuring compliance with labor standards for workers involved in contracted services, reflecting the federal government's dedication to fair labor practices. The determination facilitates transparency in compensation, promoting equitable wages within the specified regions for those employed in service contracts.
    The documents referenced, including the VA10091, W-9 Form, and FMS Vendor File Update Request Form, are part of a federal government procurement process. They are likely related to the management of vendor relationships, compliance, and financial documentation necessary for government contracts and grants. The VA10091 potentially outlines specific requirements or instructions for vendors bidding on federal projects, while the W-9 Form is essential for tax identification purposes, ensuring that the procurement process aligns with IRS regulations. The FMS Vendor File Update Request Form serves to maintain accurate vendor information within federal systems, facilitating timely payments and compliance checks. Together, these documents streamline vendor engagement, ensure adherence to financial and regulatory standards, and support the overarching goal of transparency and accountability in government contracting. The intention is to create a structured approach to securing services or goods while adhering to federal and possibly state guidelines.
    This document provides a detailed list of points of contact for various departments within a healthcare service system, specifically concerning the transportation of items such as lab specimens, surgical documents, sterilized instruments, and cleaning supplies. Each entry includes the service line, facility or clinic associated, items needing transport, and the corresponding contact person with their email and extension number. Key departments highlighted include Lab, Surgery, Dental/SPS, Mental Health, Logistics/SCM, EMS, Prosthetics, PMR&S, and Audiology, covering services across multiple clinics and facilities. The document serves as a resource for ensuring effective communication and coordination within the healthcare services, emphasizing the organization’s operational structure and points of responsibility. It is essential for stakeholders involved in federal RFPs and grants to understand these contacts for collaboration and compliance with operational protocols.
    The government document outlines a Request for Proposal (RFP) for Courier Transportation Services for the Phoenix VA Healthcare System (PVAHCS). The primary objective is to secure a firm-fixed-price contract for transporting various items between multiple VA locations, including laboratory specimens, medical instrumentation, and documents. The contract spans a five-year period, commencing on April 1, 2025, with five option years through March 31, 2030. Key requirements include providing appropriately sized vehicles, maintaining professional appearance, and ensuring compliance with health and safety regulations for transporting biohazardous materials. The courier service must operate 24/7, facilitate separation of clean and contaminated items, and assure the confidentiality of patient information. The structured schedule details regular pick-up and delivery times, emphasizing adherence to precise temperature controls for sensitive materials and a quality control program to address service defects and manage customer complaints. The contractor must also provide evidence of vehicle capability and submit monthly, itemized invoices through the designated electronic system, ensuring prompt payments. Overall, the RFP reflects the VA's commitment to efficient healthcare logistics while prioritizing regulatory compliance and quality assurance.
    This document outlines the vendor information necessary for submitting proposals in response to federal and state RFPs (Requests for Proposals) and grants, with a focus on compliance requirements. Key details include the vendor’s legal name, addresses, tax identification, contact information, and relevant business classifications. Vendors are required to indicate their size (small or large), socioeconomic status (such as veteran-owned or woman-owned), and whether they accept purchase cards. Additionally, the document mandates registration and compliance checks with Central Contractor Registration (CCR) and other verification sites to ensure vendors can conduct business with the federal government. The information collected aids in the vetting process to ensure vendors meet federal compliance standards. Overall, this form facilitates proper vendor identification and eligibility for government contracts and funding opportunities.
    The VA-FSC Vendor File Request Form is essential for establishing or updating vendor records within the Department of Veterans Affairs (VA). It collects vital information such as the VA facility details, payee/vendor type, unique identifiers for commercial vendors, banking information for electronic fund transfers, and authorized representative details. Vendors can indicate whether they are new or updating existing records, and must provide documentation related to their vendor status, including registration in the System for Award Management (SAM) and the necessary banking credentials. The form's structure includes sections for payee/vendor information, miscellaneous actions, and specific requirements for different types of vendors, such as federal agencies or medical providers. A privacy notice emphasizes the legal obligation to collect this information under federal regulations and outlines the potential consequences of incomplete submissions. Availability of assistance is provided through VA contact information for inquiries. This document operates within the context of government RFPs and grants by facilitating efficient vendor registration and payment processes within VA systems, ensuring compliance and accuracy in vendor transactions.
    The document outlines Form W-9, used by U.S. persons to provide their Taxpayer Identification Number (TIN) to requesters for various tax reporting purposes. It specifies that the TIN must match the name on the form to avoid backup withholding. The form includes sections for personal information, TIN, and certification regarding backup withholding status. Individuals, partnerships, and corporations must fill the form correctly to certify their taxpayer status and avoid penalties tied to incorrect or omitted information. Moreover, the document details the implications of backup withholding, which applies to specific payments if the correct TIN is not provided. It also offers guidance on the proper completion of the form by different entity types and instructions for those awaiting a TIN. Individuals must ensure their information is accurate to avoid fines and legal penalties. This form is essential for compliance with IRS regulations, particularly relevant to federal grants, RFPs, and local government transactions where accurate taxpayer information is crucial for fiscal accountability.
    Similar Opportunities
    R602--Courier Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for courier services to support operations at the Mann-Grandstaff VA Medical Center in Spokane, Washington. The contract will involve the pickup and delivery of materials between various VA health facilities, including rural health clinics, with a base period from May 1, 2025, to April 30, 2026, and options for extension for up to four additional years. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the government's commitment to fostering small business participation in federal contracting. Interested parties must submit their proposals by February 11, 2025, at 1 PM Mountain Time, and can direct inquiries to Contract Specialist Nazanin Kreiner at nazanin.kreiner@va.gov or (208) 429-2033. The total award amount for this opportunity is estimated at $34 million.
    R602--NTX Lab Courier Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for laboratory courier services for the VA North Texas Healthcare System under solicitation number 36C25725Q0252. The contract requires the timely transportation of laboratory specimens and supplies between multiple locations, including routes from Fort Worth, Garland, Grand Prairie, Plano, and Polk Street to the Dallas VA Medical Center, with a total service-disabled veteran-owned small business set-aside in place. This procurement is crucial for ensuring efficient healthcare operations and compliance with safety regulations, including HIPAA standards for patient information protection. Interested vendors must submit their proposals by February 28, 2025, and inquiries should be directed to the contracting officer, Delphia Schoenfeld, at delphia.schoenfeld@va.gov or by phone at 210-417-7495.
    R602-- LAB COURIER SVC
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for Lab Courier Services under Solicitation Number 36C24725Q0261, aimed at providing transportation for specimens, materials, and supplies between various VA clinics and the Central Alabama Veterans Health Care System (CAVHCS). The contract is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, 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 specimens, which supports quality patient care within the VA healthcare system, and contractors must comply with stringent regulations regarding the handling of medical materials and HIPAA requirements. Interested parties must submit their quotations and direct any questions to the contracting officer, Sheryl Harris, via email at sheryl.harris5@va.gov, by the deadlines of February 18, 2025, for questions and March 10, 2025, for quotations.
    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.
    V129--Valet Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for valet services at the Martinsburg VA Medical Center in West Virginia, under the RFQ 36C24525Q0249. This procurement aims to secure comprehensive valet services, including staffing, vehicle management, and compliance with safety regulations, with a focus on enhancing the visitor experience for veterans and their families. The contract is set for a base year starting April 1, 2025, with four optional renewal years, and is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Interested parties should contact Contract Officer Tracy M. Dotson at tracy.dotson@va.gov for further details, with proposals due by February 13, 2025.
    V225--FY25 - Ambulance Ground Transportation - (Base + 4)
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit proposals for ambulance ground transportation services for fiscal year 2025, encompassing a base year and four option years under solicitation number 36C24225Q0044. The primary service location will be the Northport VA Medical Center, with additional services required at community-based clinics to ensure comprehensive transportation for veterans. This initiative is part of the VA's commitment to enhancing healthcare access for veterans through reliable transportation solutions. Interested vendors should note that the Request for Quotation (RFQ) is expected to be published around February 3, 2025, with responses due by March 3, 2025, at 14:00 Eastern Time; inquiries can be directed to Contract Specialist Lisa Harris at Lisa.Harris4@va.gov.
    V129--SHUTTLE SERVICES OFFSITE - Base w/WD
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for shuttle services to support the VA San Diego Healthcare System, with a contract value of approximately $19 million. The procurement requires the contractor to provide a minimum of eight 30-passenger buses and two ADA-compliant vehicles, operating Monday to Friday from 4:30 AM to 9:00 PM, with no service on weekends or holidays. This initiative is crucial for facilitating patient transportation between offsite parking and the healthcare facility, ensuring compliance with accessibility requirements for individuals with disabilities. Interested vendors must submit their proposals by February 18, 2025, and direct any inquiries to Contract Specialist Felicia L. Simpson at felicia.simpson@va.gov.
    R602--RMD Transport Services for Madison VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Reusable Medical Device Transport Services for the Madison VA Medical Center (VAMC). The procurement aims to ensure the secure and efficient transportation of soiled and sterilized medical devices between the Madison VA Hospital and the Rockford Community Based Outpatient Clinic, with services required four days a week, excluding holidays. This initiative is critical for maintaining high standards of healthcare service delivery and compliance with federal regulations, while also promoting opportunities for verified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to participate as prime contractors. Interested parties should note that the proposal submission deadline remains unchanged, with a site visit scheduled for January 27, 2025, and inquiries due by January 30, 2025. For further information, potential contractors can contact Derrick A Paquette at Derrick.Paquette@va.gov.
    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.
    V225--FY25 - Ambulette Veteran Transportation (Base + 4)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified small businesses to provide Ambulette Veteran Transportation services, specifically non-stretcher wheelchair van services, for the Northport VA Medical Center and several community-based clinics in Long Island, New York. The contract will be structured as a firm fixed-price agreement, featuring a 12-month base period with four additional 12-month option periods to ensure reliable transportation for veterans, which is vital for their access to healthcare services. The solicitation number 36C24224Q0879 is anticipated to be released around February 3, 2025, with responses due by March 3, 2025, at 2:00 PM Eastern Time; interested parties can contact Contract Specialist Lisa Harris at Lisa.Harris4@va.gov for further information.