Q999--Lab Routine and Unscheduled Courier Services
ID: 36C24825Q0372Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, 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
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 7:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals for Lab Routine and Unscheduled Courier Services for the James A. Haley Veterans' Hospital in Tampa, Florida. The procurement aims to establish a reliable courier service for the timely transport of laboratory specimens, medical supplies, and sensitive documents, with operations running Monday through Saturday for routine services and 24/7 for emergency STAT deliveries. This service is critical for ensuring efficient healthcare logistics and patient care within the VA system, adhering to strict compliance with HIPAA and federal privacy laws. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes by April 4, 2025, and can contact Contract Specialist Walida Moore-Saintil at Walida.MooreSaintil@va.gov or 813-631-2856 for further details.

Point(s) of Contact
Walida Moore-SaintilContract Specialist
(813) 631-2856
Walida.MooreSaintil@va.gov
Files
Title
Posted
Apr 3, 2025, 8:05 PM UTC
The document outlines a solicitation amendment for Lab Routine and Unscheduled Courier Services related to the James A. Haley Veterans’ Hospital, managed by the Department of Veterans Affairs. The primary purpose of the request is to establish a courier service for regular and emergency pickups of laboratory items, ensuring timely patient care. The service includes the transport of laboratory specimens, medical supplies, and sensitive documents, with specific operational and compliance requirements. Key points include a commitment to maintaining confidentiality and conforming to regulatory standards, including HIPAA and federal privacy laws. The contractor must demonstrate significant experience in transporting biohazardous materials and provide adequate vehicle support. The contract outlines defined service conditions, including scheduled days and times for operations, as well as a mechanism for addressing customer complaints and service quality evaluations. The document emphasizes the need for strict adherence to operational guidelines, ensuring that contracted services are conducted with efficiency and compliance. Overall, the amendment serves as a crucial step in enhancing healthcare logistics within the VA system, aiming to improve patient outcomes through reliable courier services.
Apr 3, 2025, 8:05 PM UTC
The document details the Routine Courier Schedule for the Tampa VA Network Laboratories, outlining the transport of laboratory specimens between various VA clinics and the James A. Haley Veterans' Hospital. The courier operations occur Monday through Friday, with designated routes, pickup times, estimated stop times, and the corresponding delivery points to ensure timely handling of laboratory specimens. Key stops include the VA Lecanto Lab, the VA Primary Care Annex, and the Lakeland CBOC, with specifications for the number of transport bags or containers involved. Each route can require a medium to large vehicle, and couriers have specific parking allowances near main entrances for convenient access. This schedule ensures efficient management of specimen transport, supporting the broader mission of the VA to provide healthcare services to veterans. The absence of a Saturday service pattern, except for specified clinics, highlights the structured nature of this operations plan within the VA system.
The James A. Haley Veterans Hospital (JAHVH) is seeking proposals for Laboratory Courier Services through a request for quotation (RFQ) designated as solicitation number 36C24825Q0372. This solicitation is exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under the NAICS code 492110. The contract includes both routine and unscheduled courier services operating 24/7, with a focus on delivering efficient and compliant service as outlined in the performance work statement. Quotes must adhere to specific evaluation criteria including technical capability, past performance, and pricing strategies. The contract spans multiple years, starting April 1, 2025, with options for renewal annually, and requires compliance with various federal regulations. Interested bidders must be registered in the System for Award Management (SAM) and provide their unique entity identifier (UEI). The submission deadline for quotes is April 4, 2025. Comprehensive assessments will determine which proposal offers the best value to the government based on identified criteria, emphasizing strong technical understanding and past performance records. This RFQ exemplifies the government’s commitment to supporting veteran-owned businesses while fulfilling critical service needs for veterans' healthcare.
Apr 3, 2025, 8:05 PM UTC
The document outlines the Routine Courier Schedule for the Tampa VA Network Laboratories, detailing the logistics for the transportation of laboratory specimen transport bags and containers within the Tampa area. The courier service operates Monday through Friday, with specific routes, pickup times, and locations including the James A. Haley Veterans' Hospital, VA Lecanto Lab, New Port Richey Outpatient Clinic, and several community-based outpatient clinics (CBOCs). The schedule establishes a systematic approach for ensuring timely delivery and pickup, emphasizing the need for a medium to large vehicle due to the volume of items being transported. Additionally, it specifies a "STAT" service for urgent pickups. The document serves as a logistical guide to maintain the efficiency of laboratory operations within the VA system, underscoring the importance of reliable courier services in facilitating healthcare delivery to veterans.
Apr 3, 2025, 8:05 PM UTC
The Performance Work Statement outlines requirements for a Laboratory Courier Service for the James A. Haley Veterans' Hospital Network. The service entails routine pickups and emergency STAT deliveries of laboratory specimens, medical supplies, and sensitive documents, adhering to strict schedules and protocols. Routine services operate Monday through Saturday, excluding federal holidays, while STAT services are available year-round. Contractor responsibilities include signing a Business Associate Agreement, adhering to HIPAA and federal privacy laws, ensuring the confidentiality of patient information, and maintaining required insurance and compliance with local and federal regulations. Vehicles used must meet Department of Transportation standards, be equipped for biohazard transport, and ensure the integrity of items under various conditions. Drivers must maintain professional conduct, possess relevant licenses, and avoid non-emergency stops during transport. The performance will be evaluated based on customer service and compliance, with defined metrics to track quality and issues like complaints. This document highlights the government’s focus on delivering reliable healthcare logistics while ensuring patient privacy and safety through stringent regulation compliance.
Apr 3, 2025, 8:05 PM UTC
The document outlines the limitations on subcontracting for service and construction contracts awarded by the Department of Veterans Affairs (VA) under 38 U.S.C. 8127. It establishes that a contractor cannot allocate more than 50% of service contract payments to non-SDVOSB or VOSB firms, with adjusted percentages of 85% for general construction and 75% for special trade construction contracts. The offeror must certify that compliance with these limitations will be upheld and acknowledges the serious repercussions, including potential criminal penalties for false certification. The VA reserves the right to request documentation to verify compliance and may take remedial actions against non-compliant offerors. To be considered for award, offerors must complete and submit a certification with their proposals. This regulation aims to ensure that federal contracting opportunities benefit service-disabled veteran-owned small businesses and veteran-owned small businesses, promoting equitable participation in government contracts while providing oversight for compliance.
The document outlines Vendor Questions & Answers related to the Request for Quotation (RFQ# 36C24825Q0372) for Lab Routine and Unscheduled Courier Services. It addresses various inquiries from vendors concerning the transportation of medical items, courier parking, delivery specifics, contract start dates, and the expected volume of unscheduled runs. Key clarifications include that soiled and clean materials will not be transported under this contract and that estimated unscheduled pickups are adjusted from 24 to 550 annually. The service primarily involves pathology and laboratory medicine, with detailed requirements for transportation of various items, including laboratory specimens and pharmacy medications. The document also specifies that current vehicle specifications and number of drivers remain unknown, with the expectation that vendors provide necessary equipment for transportation, like carts or dollies. This Q&A format serves to provide vendors with essential information for accurate bids and clarifies operational expectations, emphasizing the government's need for comprehensive courier services within specified parameters.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
R602--619-25-4-9217-0192 Courier New Base Plus Three (VA-25-00059727)
Buyer not available
The Department of Veterans Affairs (VA) is soliciting proposals for courier services to transport reusable medical devices (RMD) for the Central Alabama Veterans Health Care System (CAVHCS). The selected contractor will be responsible for providing daily collections and deliveries between various VA facilities in Alabama, ensuring compliance with safety and health regulations while maintaining the integrity of sensitive medical materials. This firm-fixed-price contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will run from July 27, 2025, through July 26, 2026, with options for four additional years. Interested offerors must submit their proposals, including a capability statement and a CPARS report, by May 7, 2025, and may direct questions to Contracting Officer Sheryl Harris at sheryl.harris5@va.gov by April 28, 2025.
R602--Courier Services, Poplar Bluff
Buyer not available
The Department of Veterans Affairs is soliciting bids for courier services at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract, structured as a five-year Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, requires the contractor to provide timely transportation of lab specimens and medical supplies, with a critical emphasis on a 45-minute response time for urgent requests and adherence to safety standards. This initiative is vital for ensuring efficient healthcare delivery to veterans, and interested vendors must submit a signed SF1449 form along with necessary certifications and pricing schedules by May 5, 2025, at 10:00 AM Central Time. For further inquiries, vendors can contact Contract Specialist Maria Espinosa at maria.espinosa@va.gov or by phone at 913-946-9922.
V226--Ride Share Scheduling Services
Buyer not available
The Department of Veterans Affairs (VA) is seeking proposals for Ride Share Scheduling Services under solicitation number 36C24825Q0507, specifically set aside for Veteran-Owned Small Businesses (VOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The objective of this procurement is to enhance transportation logistics for veterans by providing efficient scheduling solutions for rides, particularly for those experiencing homelessness and needing assistance with medical appointments and other critical services. This initiative is crucial for improving access to essential services for veterans, aligning with the VA's mission to deliver high-quality care. Interested vendors must submit their quotes by May 2, 2025, at 4:00 PM Eastern Time, and can direct inquiries to Contracting Officer David Wesley Hess at david.hess2@va.gov or by phone at 727-295-6041.
J047--Pneumatic Tube System Maintenance
Buyer not available
The Department of Veterans Affairs (VA) is seeking information from qualified sources for pneumatic tube system maintenance services at the James A. Haley Veterans Hospital in Tampa, Florida. The procurement aims to establish a preventative maintenance agreement that includes biannual site visits for inspections, adjustments, and software checks, with the contractor responsible for providing all necessary labor and parts. This maintenance is crucial for ensuring the operational efficiency of the pneumatic tube delivery system, which plays a vital role in the hospital's logistics and patient care. Interested parties must submit their responses, including qualifications and capabilities, to the Contracting Officer, Walida Moore-Saintil, via email by 3:00 PM EST on May 5, 2025, as this request is for information only and does not constitute a solicitation for contract award.
R602--Courier Specimen Transport Services
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 21, is issuing a Notice of Intent to execute a Sole Source Award for Courier Specimen Transport Services. This procurement aims to contract with the Regents of the University of California, San Francisco for a base year plus two option years, utilizing simplified acquisition procedures due to the Government's strategic need for restructuring staff and requirements. The services are critical for the efficient transport of specimens, which supports the overall operations of the Veterans Health Administration. Interested parties may direct inquiries to the Contracting Officer, James Postell, at james.postell@va.gov, as no competitive proposals will be solicited at this stage.
Primary Reference Laboratory/Phlebotomy/Courier Services
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified contractors to provide Primary Reference Laboratory, Phlebotomy, and Courier Services for the Veterans Integrated Services Network 1 (VISN 1). The procurement aims to gather information for a new laboratory service contract that complies with Clinical Laboratory Improvement Amendments (CLIA) standards, focusing on comprehensive laboratory services, including testing, specimen collection, transportation, and reporting. This initiative is crucial for enhancing healthcare logistics and ensuring high-quality patient care for veterans within the VA system. Interested vendors are invited to participate in a Virtual Industry Day from May 5-9, 2025, and must submit their responses to the Request for Information (RFI) by April 30, 2025, to Cynthia Thompson at Cynthia.Thompson2@va.gov and Sheryl Anthony at Sheryl.anthony@va.gov.
RFP for PROJ: 673-18-617) AE Upgrade Facility Security Phase II
Buyer not available
The Department of Veterans Affairs is seeking proposals for the Upgrade Facility Security Phase II project at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. This procurement, designated as a set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), involves the installation of a new Personal Identity Verification (PIV) system and upgrades to the Physical Access Control Systems (PACS), with an estimated project budget between $5 million and $10 million. The project is critical for enhancing security measures at the facility, ensuring the safety of veterans and staff while complying with federal regulations. Interested contractors must submit their proposals electronically by May 7, 2025, following a mandatory site visit on May 1, 2025, and can contact Contracting Officer Kenneth Caryer at kenneth.caryer@va.gov for further information.
V212--Togus Special Mode Transport New
Buyer not available
The Department of Veterans Affairs is soliciting proposals from service-disabled veteran-owned small businesses to provide wheelchair van transportation services for eligible veteran beneficiaries within the Maine healthcare system. The contract is structured as a firm-fixed-price, indefinite delivery, indefinite quantity (IDIQ) agreement with a five-year ordering period and a maximum award amount of $4.7 million, emphasizing the importance of reliable non-emergency transportation services for veterans. Key requirements include maintaining a 98% satisfaction rate, ensuring service availability seven days a week, and adhering to strict quality and safety standards, with queries due by April 24, 2025, directed to Contract Specialist David Roy at david.roy@va.gov.
V225--Ground Ambulance Services Indefinite Delivery Indefinite Quantity (IDIQ); Base Year Plus Four One Year Ordering Periods
Buyer not available
The Department of Veterans Affairs (VA) is seeking proposals for Ground Ambulance Services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Eastern Colorado Health Care System. This procurement includes a base year and four additional one-year ordering periods, specifically aimed at providing reliable medical transportation services tailored to veterans' healthcare needs. The solicitation, referenced as 36C25925R0068, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be available for download on the Contract Opportunities website at SAM.gov around May 19, 2025. Interested parties should direct inquiries to Contract Specialist Chris Hollingsworth at Chris.Hollingsworth@va.gov or by phone at (303) 712-5724.
Shuttle Services
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking qualified vendors to provide shuttle services for veterans, their families, and staff across the North Texas Health Care Campuses. The procurement aims to establish a reliable transportation solution with multiple shuttle routes operating primarily on weekdays between 5:30 AM and 6:30 PM, enhancing the healthcare experience for veterans while ensuring compliance with federal guidelines. This initiative is particularly focused on engaging Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other socio-economically disadvantaged small businesses, with the contract anticipated to run from May 15, 2025, to May 14, 2026, and includes four optional one-year extensions. Interested parties must submit their qualifications and relevant company information by March 4, 2025, and can contact Stephanie Reeves at stephanie.reeves@va.gov or Francisco Mendoza at francisco.mendoza@va.gov for further inquiries.