V212--Non-Emergent Patient Transportation Contract Detroit VAMC
ID: 36C25024R0170Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Special Needs Transportation (485991)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: MOTOR PASSENGER (V212)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting quotes for a Non-Emergent Patient Transportation Contract for the John D. Dingell VA Medical Center in Detroit, Michigan. The procurement aims to secure wheelchair van and taxi transportation services for veterans, ensuring timely and safe transport to medical appointments across various facilities. This contract, structured as a three-year Indefinite Delivery Indefinite Quantity (IDIQ) agreement, is crucial for enhancing veterans' access to healthcare services while adhering to federal standards for quality and safety. Interested parties should contact Christopher D. Gundy at christopher.gundy@va.gov or Morgan Stein at morgan.stein@va.gov, with the contract expected to commence on January 1, 2025.

    Point(s) of Contact
    Christopher D GundyBranch Manager
    christopher.gundy@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs Network Contracting Office 10 is soliciting quotes for a transportation contract at the John D. Dingell VA Medical Center in Detroit, Michigan. This contract aims to provide wheelchair van and taxi services for non-emergent patient transportation to the medical center and its associated outpatient clinics. It is categorized under NAICS Code 485991, with a size standard of $19 million. The federal government intends to establish a three-year Indefinite Delivery Indefinite Quantity (IDIQ) contract in response to this solicitation. Interested parties are encouraged to submit quotes by the response deadline of October 15, 2024, at 3:00 PM Eastern Time. The contracting office will archive the proposals 60 days after the response date, and the contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBCs). For inquiries, interested vendors can contact Contract Specialist Morgan Stein at morgan.stein@va.gov.
    The Department of Veterans Affairs (VA) is seeking a contractor to provide non-emergent patient transportation services for the John D. Dingell VA Medical Center in Detroit, Michigan. This request for proposal (RFP) outlines a three-year indefinite delivery-indefinite quantity (IDIQ) contract that includes the transportation of ambulatory and non-ambulatory patients to various regional VA facilities. Key requirements include maintaining an appropriate fleet of vehicles compliant with safety standards, employing qualified staff, and ensuring prompt service 24/7. The contract mandates adherence to a detailed performance work statement specifying operational logistics, patient care protocols, driver qualifications, and vehicle specifications. Additionally, it includes guidelines for billing practices, emergency response, patient privacy, and quality control measures. The contractor must submit competitive pricing while demonstrating capability and past performance meeting federal oversight standards. The VA emphasizes the importance of quality service in supporting veterans' healthcare needs, reflecting a commitment to accessibility and safety in patient transportation operations.
    The document outlines a Request for Proposal (RFP) for providing Non-Emergent Transportation Services at the John D. Dingell VA Medical Center. It details service line items for various types of transportation, including ambulatory and wheelchair services, with specifics on base trip rates, additional mileage, wait times, and cancellation rates. The contract covers a three-year period, starting from January 1, 2025, to December 31, 2027, with outlined unit prices and extended pricing for each year being noted as $0.00. Each year's contract includes repeat line items for transportation services without an estimated value provided, indicating that quantities are likely to be determined later. The document is structured into distinct sections for line items, contract periods, and estimated quantities, clearly delineating responsibilities and expectations for the service provider. Overall, this RFP serves as an initiative to secure necessary transportation services, showcasing the federal commitment to veterans' healthcare access while remaining compliant with budgetary constraints and operational guidelines.
    The Quality Assurance Surveillance Plan (QASP) for Non-Emergent Patient Transportation Services at the John D. Dingell VAMC outlines the framework for ensuring that the contracted services align with established performance metrics. It delineates responsibilities between the government and contractor, emphasizing that the contractor is tasked with developing a Quality Control Plan (QCP) for government approval, while the QASP guides the government's oversight of these efforts. Key personnel, including the Contracting Officer (CO) and Contracting Officer’s Representative (COR), are designated to monitor service delivery, ensuring compliance through various surveillance methods such as customer feedback, inspections, and monitoring. Performance metrics are articulated in the Performance Work Statement (PWS), with specific targets for punctuality in service delivery and incident reporting. The QASP includes protocols for documenting acceptable and unacceptable performance, as well as incentives for the contractor based on their performance evaluations. The document establishes a structured approach for regular performance assessments, ensuring the contractor meets the required standards and maintains effective quality control, reinforcing the government’s commitment to providing quality transportation services for veterans.
    The John D. Dingell VAMC has established a Surveillance Checklist for the wheelchair and ambulatory non-emergent transportation contract. This document outlines key performance objectives, standards, and methods of surveillance for service quality. The primary goal is to ensure timely transportation services for patients to their appointments, requiring them to arrive 15 to 30 minutes early, with a performance threshold set at 95% compliance, which was met at 100%. Additional objectives include ensuring prompt return trips (97% compliance standard), submitting incident reports within 24 hours (97%), accurate invoicing (95% compliance), maintaining vehicle requirements (95% compliance), and meeting driver training standards (95% compliance). The document employs various methods of surveillance, including random monitoring, customer feedback, periodic inspections, and compliance checks, thereby emphasizing the contractor's accountability in maintaining high standards for veterans' transportation. Overall, this checklist serves to facilitate operational efficiency and adherence to quality requirements for veteran transportation services in Detroit.
    The document, titled "Register of Wage Determinations Under the Service Contract Act," outlines wage and benefit requirements for federal contracts, particularly relating to Executive Order 14026 and 13658. It specifies minimum wage rates for contractors in Michigan's Washtenaw County based on contract timelines and the applicable order. For contracts initiated after January 30, 2022, workers must be paid at least $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour unless a higher rate applies. The document details numerous occupations within various sectors, listing specific wage rates and required fringe benefits, including health, vacation, and holiday pay. It notes that classification requests for unlisted job titles must follow a conformance process to ensure appropriate wage rates. Additional provisions cover sick leave under EO 13706 and highlight the necessity for contractors to pay for uniforms if required. Overall, this register serves as a key resource for ensuring compliance with wage determinations in federal contracting, stressing the importance of fair labor practices within government procurement efforts.
    This document is the Wage Determination No. 2015-4839 from the U.S. Department of Labor, outlining wage rates and fringe benefits under the Service Contract Act for contracts in Michigan’s Wayne County. It specifies minimum wage rates based on the applicable executive orders, indicating a minimum of $17.20 per hour for contracts entered into or modified after January 30, 2022, and $12.90 for earlier contracts not renewed. The document details various occupations along with their corresponding wage rates, including administrative, automotive, food service, and health occupations, among others. Additionally, the file outlines required fringe benefits, including health and welfare payments, vacation entitlements, and holidays, ensuring compliance with federal regulations. The document also addresses sick leave provisions under Executive Order 13706 and outlines the conforming process for any unlisted job classifications. This wage determination is essential for federal contractors to adhere to labor standards and compensations while executing service contracts, emphasizing worker rights and standards in occupational pay across various job titles.
    The U.S. Department of Labor's Wage Determination No. 2015-4859 outlines wage rates and fringe benefits applicable to federal contracts under the Service Contract Act (SCA) in Monroe County, Michigan. Effective from January 30, 2022, contracts must pay at least the minimum wage of $17.20 per hour per Executive Order 14026, or $12.90 per hour as per Executive Order 13658, for contracts awarded between January 1, 2015, and January 29, 2022, that were not extended. The document provides detailed wage rates for various occupations, emphasizing adjustments for health and welfare benefits, paid sick leave, and vacation entitlements. It includes a conformance process for any unlisted employee classifications, requiring contractors to seek additional classifications when necessary. The analysis highlights the importance of adhering to these standards for all federal contracts to ensure fair compensation and compliance with labor laws, emphasizing worker protections and employer obligations regarding wages and benefits. The comprehensive structure serves as a guide for contractors to fulfill federal contracting requirements and supports the broader goal of equitable employment practices in government-funded projects.
    The document outlines Wage Determination No. 2015-4865, issued by the U.S. Department of Labor, detailing minimum wage rates and fringe benefits required for contracts under the Service Contract Act (SCA) in Michigan's Saginaw County. It specifies minimum wage tiers dependent on contract dates, with rates set at $17.20 per hour under Executive Order 14026 for contracts after January 30, 2022, and $12.90 per hour under Executive Order 13658 for contracts awarded before this date. The document includes a comprehensive list of occupations, their codes, titles, and corresponding hourly wage rates for a wide range of roles—from administrative support to mechanics. It covers benefits such as health and welfare stipends, paid vacation, and sick leave as per applicable executive orders. Additionally, it explains the conformance process for unlisted job classifications and clarifies other requirements, such as uniform allowances. The information serves as a guideline for contractors and ensures workers receive fair compensation in compliance with federal regulations.
    The document outlines the Wage Determination No. 2015-4867 under the Service Contract Act, detailing minimum wage requirements for federal contracts in Michigan counties (Lapeer, Macomb, Oakland, St. Clair). It specifies that contracts awarded after January 30, 2022, must pay at least $17.20 per hour while those awarded between January 1, 2015, and January 29, 2022, must adhere to a minimum of $12.90 per hour, unless a higher rate applies. The document provides an extensive list of occupations with corresponding wage rates, emphasizing obligations for contractors regarding paid sick leave, health benefits, vacation, and holiday pay. Additionally, it addresses fringe benefits and outlines the conformance process for unlisted classifications of service employees, ensuring equitable pay relative to listed occupations. The wage determination is essential for compliance with federal labor standards and worker protections, impacting state and local government contracting practices. This framework aims to ensure fair compensation for workers on federally funded projects, reflecting the government’s commitment to labor rights and equitable employment.
    This document outlines the Wage Determination No. 2015-4869 under the Service Contract Act, detailing required wage rates and fringe benefits for various occupations in Livingston County, Michigan, as associated with federal contracts. It emphasizes compliance with Executive Orders 14026 and 13658, mandating minimum wage rates of at least $17.20 and $12.90 respectively for covered workers depending on contract conditions. The file lists specific wage rates for numerous job titles across diverse sectors, from administrative support to maintenance and health occupations, also noting fringe benefits including health & welfare provisions and paid vacation. The document establishes guidelines for contractors regarding workplace compensation, sick leave, and union-related obligations, while also detailing the conformance process for unlisted job classifications. This wage determination serves as a critical reference for federal, state, and local government RFPs and grant applications, ensuring fair labor practices and compliance in governmental contracting.
    Similar Opportunities
    V212--Richmond VAMC Wheelchair Van Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Wheelchair Van Services for the Richmond VA Medical Center (VAMC) to support the transportation needs of wheelchair-bound veterans. The contract, valued at $19 million, will span from October 1, 2024, to September 30, 2025, and is exclusively set aside for verified Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This initiative aims to provide reliable, 24/7 transportation services while ensuring compliance with safety and operational standards, including vehicle inspections and trained drivers. Interested contractors should contact Contract Specialist Cleveland Wynne at cleveland.wynne@va.gov for further details and to ensure adherence to all regulatory requirements.
    V999--Bus Transportation Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for bus transportation services to support the VA Greater Los Angeles Healthcare System, with a total award amount of $19 million. This firm-fixed-price contract is exclusively set aside for small businesses and aims to provide reliable transportation for veterans and their caregivers to medical appointments from 2025 through 2030, with options for contract extension. The contractor will be responsible for ensuring safe transport, maintaining operational efficiency, and adhering to safety regulations, while implementing a Quality Assurance Plan and managing driver qualifications. Interested vendors must submit their proposals by September 23, 2024, at 3 PM Pacific Time, and can contact Contract Specialist Danielle Carroll at danielle.carroll4@va.gov for further information.
    V212--Richmond VAMC Hired Car Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for hired car services at the Richmond VA Medical Center, aimed at providing reliable transportation for eligible veterans in Central Virginia and surrounding areas from October 1, 2024, to September 30, 2025. The contract is a 100% set-aside for Service Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to ensure vehicles meet stringent safety and operational standards while providing 24/7 transportation services, including urgent same-day requests. This initiative is crucial for facilitating veterans' access to medical care, reflecting the VA's commitment to high-quality service and compliance with federal regulations. Interested parties should contact Contract Specialist Cleveland Wynne at cleveland.wynne@va.gov, with a total expected award amount of $19 million and adherence to the Quality Assurance Surveillance Plan and wage determinations outlined in the solicitation documents.
    V212--Post Questions and Answers (Q&As)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Non-Emergent Wheelchair and Stretcher Transportation Services for the Michael E. DeBakey VA Medical Center in Houston, Texas. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will cover a five-year period consisting of a base year and four additional one-year options, with contractors responsible for providing safe and timely transport for eligible veteran patients to various medical facilities. Interested bidders must adhere to the updated solicitation requirements, including signing and returning the amendment, and submit their proposals by the extended deadline of September 19, 2024, at 11:59 PM CST. For further inquiries, potential contractors can contact Contract Specialist Jeneice Matthews at jeneice.matthews@va.gov or by phone at 713-791-1414.
    North Texas VA Medical Center Special Mode Wheelchair Transportation Services (Area C2)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to provide Special Mode Wheelchair Transportation Services for the North Texas VA Medical Center, specifically within the designated catchment area. This procurement aims to ensure effective and safe transportation for veterans, requiring compliance with federal, state, and local regulations while delivering 24/7 services. Interested businesses, particularly small businesses, are encouraged to submit their qualifications, estimated pricing, and vehicle capabilities by 3:00 PM Central Time on October 3, 2024, to both the Contract Specialist, Ms. Angela Kyte, at angela.kyte@va.gov, and the Contracting Officer, Mr. Shawn R. Reinhart, at shawn.reinhart@va.gov. This opportunity emphasizes the importance of safety standards, quality control, and adherence to HIPAA regulations throughout the transportation process.
    Atlanta VA Medical Center Wheelchair Transportation Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Ground Wheelchair Transportation Services for the Joseph Maxwell Cleland Atlanta VA Medical Center, with a focus on serving veterans in Georgia and neighboring states. The procurement aims to enhance transportation services tailored to the unique mobility needs of veterans, ensuring timely and safe transport while adhering to strict performance metrics and regulatory standards. This contract, set aside for small businesses, has an anticipated value of $30 million over a five-year period, with the contract period running from January 1, 2025, to December 31, 2029, and a potential extension to June 30, 2030. Interested parties should contact Thomas Nicholls at thomas.nicholls@va.gov or Chaz D. Bowling at Chaz.bowling@va.gov for further details and to obtain the necessary documents, including the mandatory signed amendment with RFP proposals.
    North Texas VA Medical Center Special Mode Wheelchair Transportation Services (Area D2)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Special Mode Wheelchair Transportation Services for the North Texas VA Medical Center. This procurement aims to establish a reliable service provider capable of transporting veterans to and from medical appointments within the North Texas catchment area, ensuring compliance with safety standards and regulations while delivering high-quality customer service. The selected contractor will be responsible for providing all necessary equipment and manpower, maintaining timely response times, and adhering to performance metrics, with an estimated 15,400 patient trips per year. Interested parties must respond to the Sources Sought Notice by 3:00 PM Central Time on October 3, 2024, and should direct their responses to both Ms. Angela Kyte and Mr. Shawn R. Reinhart via the provided email addresses.
    V212--IDC Wheelchair and Hired Car Service with Ad Hoc Medical Companion San Diego
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Integrated Delivery of Care (IDC) services, specifically wheelchair and hired car transportation services, along with optional medical companion services for the San Diego VA Healthcare System. The contract requires 24/7 availability for transportation services and specific hours for medical companion services, emphasizing the importance of accessibility for veterans in the San Diego area. The total award amount for this contract is set at $19 million, covering a base year with two option years, and interested parties must submit their proposals by September 30, 2024, at 10 AM Mountain Time. For further inquiries, potential bidders can contact Contracting Specialist Lori Gammage at lorenza.gammage@va.gov or by phone at 602-795-4135.
    North Texas VA Medical Center Special Mode Wheelchair Transportation Service (Area B2)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Special Mode Wheelchair Transportation Services for the North Texas VA Medical Center, specifically within Area B2. The procurement aims to identify capable contractors, particularly small businesses, to ensure reliable transportation for veterans across designated counties in North Texas and parts of Oklahoma, with a focus on patient care and safety. This service is critical for facilitating access to medical appointments and enhancing the overall quality of care for veterans, while adhering to federal and state regulations. Interested parties must respond to the Sources Sought Notice by 3:00 PM Central Time on October 3, 2024, and should direct their inquiries to Contract Specialist Ms. Angela Kyte at angela.kyte@va.gov or Contracting Officer Mr. Shawn R. Reinhart at shawn.reinhart@va.gov.
    North Texas VA Medical Center Special Mode Wheelchair Transportation Services (Area A2)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Special Mode Wheelchair Transportation Services for the North Texas VA Medical Center in Dallas, Texas. This procurement aims to support the transportation needs of veterans within the designated catchment area, with an estimated 5,460 patient trips per year. The opportunity is particularly focused on identifying small businesses capable of fulfilling this requirement, as the VA is interested in determining potential set-asides for the solicitation. Interested parties must respond to the Sources Sought Notice by 3:00 PM Central Time on October 11, 2024, and should direct their responses to both Ms. Angela Kyte and Mr. Shawn R. Reinhart via the provided email addresses.