V999--Gurney Van Transport Svc
ID: 36C26225Q1069Type: Solicitation
Overview

Buyer

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

NAICS

Special Needs Transportation (485991)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- OTHER: OTHER (V999)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for gurney van transport services to support the San Diego Healthcare System. The procurement aims to provide essential transportation for veterans, specifically focusing on gurney and bariatric van services, with detailed requirements for response times, trip billing structures, and compliance with medical liability insurance. This initiative underscores the VA's commitment to ensuring accessibility for veterans while adhering to regulatory standards, including data security and electronic invoicing. Interested offerors must submit their proposals by August 11, 2025, at 1:00 PM MST, and can direct inquiries to Contract Specialist Felicia L. Simpson at felicia.simpson@va.gov.

    Point(s) of Contact
    Felicia L SimpsonContract Specialist
    felicia.simpson@va.gov
    Files
    Title
    Posted
    The presolicitation notice outlines a Request for Proposal (RFP) for Gurney Van Transport services at the VA San Diego Healthcare System, including six community-based outpatient clinics. The solicitation number is 36C26225Q1069, with a response deadline set for July 10, 2025, at 10:00 AM Mountain Time. This procurement is designated for Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside under the Product Service Code V999 and NAICS Code 485991. The primary contact for this RFP is Felicia Simpson, the Contracting Officer, based at the Department of Veterans Affairs’ Network Contracting Office 22 in Phoenix, AZ. Interested parties are encouraged to direct inquiries to her via email or phone. The performance location for the proposed van transport services is specified as the San Diego facility. This document serves to notify potential vendors about the upcoming opportunity to submit proposals for necessary transportation services within the specified VA healthcare system.
    The document outlines a government request for proposal (RFP) regarding transportation services, specifically targeting gurney van and bariatric van transport for the Department of Veterans Affairs (VA) San Diego Healthcare System. The solicitation includes contract details such as the effective dates, submission timelines, and contact information for a contract specialist, Felicia Simpson. The RFP emphasizes the need for compliance with various small business set-asides and outlines specific service requirements, including response times, trip billing structures, and invoicing protocols. The contract will cover a range of related services over several years, with a primary focus on transportation within a specified radius and detailed pricing for various scenarios, including incomplete trips and waiting times. This initiative emphasizes the VA's commitment to providing essential transport services to veterans, ensuring accessibility while adhering to regulatory standards including electronic invoicing and data security compliance. The request includes clauses on information security, prioritizing the protection of sensitive data per federal regulations, and mandates regular training for contractors in cybersecurity and data management. Compliance measures and penalties for data breaches are clearly stated, ensuring rigorous protection of veterans' information.
    The Department of Veterans Affairs is seeking qualified service providers for Gurney Van transportation services primarily for the San Diego VA Medical Center and its associated Community-Based Outpatient Clinics. The Sources Sought Notice is aimed at gathering market research to identify capable Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and other eligible small businesses. Interested parties must submit detailed company information and a capability statement by July 2, 2025, indicating their ability to provide 24/7 transportation services tailored for patients with specific medical needs, including bariatric and constant watch patients. The selected contractor will supply vehicles, personnel, and necessary equipment for transporting veterans, including managing incidents of disruptive behavior during transport. The performance work statement emphasizes the importance of compliant and safe transport, addressing various operational aspects, including transporting accompanying luggage and medical records. This initiative aligns with the VA's mandate under Public Law 109-461 to prioritize SDVOSBC firms for contracting opportunities, ensuring that procurement processes support veteran business participation.
    This document is an amendment to a solicitation for transportation services issued by the Department of Veterans Affairs (VA) under the contract number 36C26225Q1069. The purpose of the amendment is to respond to questions from potential bidders regarding contract line item numbers (CLINs) related to gurney van transportation services. Key clarifications include the billing structure for different services—some are billed per trip, while others are based on mileage over specified distances. Specific CLINs are highlighted, detailing the terms for gurney van base rates, bariatric transport, incomplete trips, and stair chair services. The amendment sets a deadline for the submission of questions by August 4, 2025, and for the final offers by August 11, 2025, emphasizing the importance of submitting required documentation and acknowledging all amendments to ensure bids remain valid and acceptable. This amendment reflects the VA's commitment to transparency and clarity in its procurement processes, enabling efficient contractor selection for veteran services.
    The document outlines Amendment Two to solicitation number 36C26225Q1069 regarding gurney van transportation services for the Department of Veterans Affairs. The amendment responds to queries and updates instructions for offerors. It specifies that all offers are due by August 11, 2025, at 1:00 PM MST and must be submitted via email. Clarifications include pricing structures for various transportation categories, such as gurney and bariatric van transport rates, and billing practices for incomplete trips. The amendment reiterates that medical liability insurance is a requirement and emphasizes the necessity for contractors to provide detailed experience documentation, including verification of prior contracts. Offerors should present their technical approach, pricing, and relevant experience in response to the solicitation while ensuring compliance with document submission requirements. The document maintains a formal tone and reflects standard procedures for government RFPs, emphasizing the importance of adherence to deadlines and conditions for proposal evaluation.
    The document outlines vendor information requirements for engaging with the federal government, specifically for the Veterans Affairs (VA). It includes sections detailing the requestor, service provided, vendor identification, tax information, contact details, contracting status, and vendor characteristics. Key points include the necessity for vendors to provide a Tax Identification Number or Social Security Number, the DUNS number registration, and the importance of vendor registration with the Central Contractor Registration (CCR). Compliance with mandatory registration sites is emphasized to ensure the vendor’s eligibility to conduct business with the federal government. Additionally, vendors are categorized by business type and socioeconomic status, highlighting opportunities for small businesses and diverse ownership groups. This form ensures the VA collects comprehensive vendor data necessary for processing contracts and payments while complying with federal regulations.
    The VA-FSC Vendor File Request Form is designed for vendors seeking to establish or update their information in the VA's financial management system. The form requires specific details regarding the VA facility and vendor, including the station number, contact details, payee/vendor type, and bank account information for electronic payments. Vendors must indicate whether they are new or existing in the system and provide a Unique Entity Identifier (UEI) if registered in the System for Award Management (SAM). Key information such as Social Security Number (SSN), Tax Identification Number (TIN), and, for medical providers, the National Provider Identifier (NPI) must also be provided. The form highlights the importance of documenting vendor details accurately to ensure timely processing of payments, typically within three to five business days. The Privacy Act Statement emphasizes the voluntary nature of providing information, while acknowledging potential delays in payments for incomplete submissions. In compliance with governmental regulations, the form aims at streamlining the vendor registration process within the context of federal operations and reliant funding requisitions. Overall, it reflects a structured approach to vendor management in government contracts and services.
    The document primarily outlines the instructions and requirements for completing IRS Form W-9, which is utilized by U.S. persons to certify their taxpayer identification number (TIN) and to confirm that they are not subject to backup withholding. The form gathers essential personal and business information, including the applicant's name, address, and TIN, which could be a Social Security Number (SSN) or Employer Identification Number (EIN). It also includes a certification section where individuals must affirm that their TIN is correct and declare their status concerning backup withholding exemptions. The document details what constitutes backup withholding, penalties for misinformation, and the specific cases where certain payees might be exempt from withholding requirements. Moreover, it provides instructions for foreign entities and outlines steps to obtain a TIN if one has not been issued yet. This form is particularly relevant in the context of government RFPs and federal grants, as it aids in the proper reporting of payments made to contractors and recipients of federal funds, ensuring compliance with tax regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Non-Emergent Medical Transportation Services - Phoenix VA Healthcare System
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Non-Emergent Medical Transportation Services for the Phoenix VA Healthcare System (PVAHCS) and its associated clinics. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide 24/7 transportation services, including wheelchair, stretcher, and ambulatory transport, while adhering to strict operational standards, including vehicle maintenance, driver qualifications, and compliance with HIPAA regulations. This service is crucial for ensuring that veterans receive timely and safe transportation for medical appointments and other healthcare needs. Interested parties must submit their proposals by 10:00 AM MT on December 10, 2025, to Katharine Robert at katharine.robert@va.gov, with the anticipated contract period running from January 1, 2026, to December 31, 2030, and an estimated contract value of $19 million.
    2510--UTV-Mini Ambulance
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified sources to provide a UTV-Mini Ambulance for the VA San Diego Intensive Care Unit (ICU) as outlined in Sources Sought Notice (SSN) 36C26226Q0171. The procurement aims to identify potential vendors, particularly Veteran-owned and small businesses, capable of delivering a gasoline-powered MedSTAT enclosed UTV ambulance equipped for rapid response and Code Blue emergencies, with specific features such as run-flat tires, locking doors, and patient compartments. This vehicle is crucial for enhancing emergency medical response capabilities on campus and at nearby transit stops. Interested vendors must respond with their business size, ability to meet the draft Statement of Work (SOW), and compliance with the Buy American Act, with inquiries directed to Contracting Officer Anthony Dela Cruz at anthony.delacruz@va.gov or by phone at 562-766-2284. A formal solicitation will be published later on SAM.gov or eBuy GSA.
    V225--Non-Emergent Ground Ambulance CON54 Southern Arizona VA Health Care System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for non-emergency ground ambulance transportation services for the Southern Arizona VA Health Care System (SAVAHCS). The contractor will be responsible for providing Basic Life Support (BLS), Advanced Life Support (ALS), Specialty Care Transport (SCT), and Critical Care Transport (CCT) services, ensuring availability 24/7, including weekends and holidays. These services are crucial for the timely and effective transportation of patients within the VA healthcare system, adhering to state regulations and standards. Interested contractors should note that the solicitation (No. 36C26226Q0121) has a base period from February 1, 2026, to September 30, 2026, with four one-year options extending through September 30, 2030. For further inquiries, contact Rochelle Bennett at Rochelle.Bennett@va.gov or Mayte Diaz at Mayte.Diaz@va.gov.
    V225--Non-Emergent Ground Ambulance CON120 Southern Arizona VA Health Care System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for non-emergency ground ambulance transportation services for the Southern Arizona VA Health Care System (SAVAHCS) and its associated clinics. The contractor will be responsible for providing Basic Life Support (BLS), Advanced Life Support (ALS), Specialty Care Transport (SCT), and Critical Care Transport (CCT) services, available 24/7, including weekends and holidays. This contract is crucial for ensuring timely and effective medical transportation for veterans, with a base period from February 1, 2026, to September 30, 2026, and four one-year options extending the contract until September 30, 2030. Interested contractors must possess a "Certificate of Necessity" from the Arizona Department of Health Services and can direct inquiries to Rochelle Bennett at Rochelle.Bennett@va.gov or Mayte Diaz at Mayte.Diaz@va.gov.
    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.
    VHA-Uber Health Connect Initiative
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the VHA-Uber Health Connect Initiative, aimed at enhancing healthcare delivery for veterans through innovative transportation solutions. This initiative focuses on program management and support services to facilitate the integration of Uber's transportation services within the Veterans Health Administration. The successful contractor will play a crucial role in improving access to healthcare for veterans, ensuring they receive timely and efficient services. Interested parties can reach out to Jaime Belletto at Jaime.Belletto1@va.gov or call 202-607-9452 for further details regarding the procurement process.
    V225--Pre-Solicitation VA Sierra Nevada Health Care System Air Ambulance Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Air Ambulance Services, including ground transportation, for the VA Sierra Nevada Health Care System. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract that will provide emergent and non-emergent fixed-wing or rotary-wing transportation for eligible Veterans within a 300-nautical-mile radius, with provisions for additional mileage as necessary. This service is critical for ensuring timely medical transportation for Veterans, adhering to FAA, DOT, OSHA, and CAMTS/NAAMTA accreditation standards. Interested parties should note that the solicitation response due date has been extended to December 9, 2025, with a maximum contract value of $3,200,000.00 and a guaranteed minimum award of $2,500.00. For further inquiries, contact Timothy A. Smith at Timothy.Smith9de3@va.gov.
    V225--Maine Ambulance unrestricted
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for unrestricted ambulance services, specifically Basic Life Support (BLS), Advanced Life Support (ALS), and Specialty Care Transport (SCT), for eligible Veteran beneficiaries within the VA Maine Healthcare System. The contractor will be responsible for providing all necessary labor, materials, and supervision under a firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contract, which spans five years with a minimum annual guarantee of $1,500 and an ordering ceiling of $5,500,000. These services are crucial for ensuring timely transport to and from the Togus VA, VA Community Based Outpatient Clinics in Maine, and other medical centers in Massachusetts and Vermont, with strict adherence to federal, state, and local regulations. Interested contractors should contact Contract Specialist Sterling R Mathews at sterling.mathews@va.gov for further details regarding the proposal submission process and requirements.