V119--Wheelchair Van Service
ID: 36C24626Q0130Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF246-NETWORK CONTRACTING OFFICE 6 (36C246)HAMPTON, VA, 23667, USA

NAICS

Special Needs Transportation (485991)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: OTHER (V119)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for wheelchair van services for the Salisbury VA Healthcare System and its associated clinics. The contract will provide non-emergent transportation services 24/7, including weekends and holidays, with a minimum of 15 vans available to meet the needs of eligible veterans, including transportation to various facilities and local airports within North Carolina. Compliance with federal regulations, quality control standards, and specific vehicle and personnel requirements is essential for contractors, who must also utilize the VetRide transportation software for trip requests and invoicing. Interested parties should contact Contract Specialist Kamilah R Nye at Kamilah.Nye@va.gov for further details, and proposals must adhere to the outlined requirements to be considered for the contract.

    Point(s) of Contact
    Kamilah R NyeContract Specialist
    Kamilah.Nye@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) Network Contracting Office 6 has issued a presolicitation notice for Wheelchair Van Service. This solicitation, numbered 36C24626Q0130, is a Set-Aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). The service will be performed at the Salisbury VA Medical Center in Salisbury, NC. Responses are due by December 22, 2025, at 3:00 PM Eastern Time. The primary contact for this presolicitation is Contract Specialist Kamilah Nye at kamilah.nye@va.gov.
    The Department of Veterans Affairs is soliciting proposals for non-emergent wheelchair transportation services for the Salisbury VA Medical Center and its associated clinics and facilities. The contract will cover a base period and an option year, providing services 24/7, including weekends and holidays. Key requirements include contractor personnel qualifications, vehicle standards, utilization of the VetRide transportation software for trip requests and invoicing, and adherence to specific response times for scheduled and unscheduled transports. The contractor must also comply with various federal and VA regulations regarding safety, incident reporting, invoicing procedures, HIPAA, and environmental management. A minimum of 15 vans must be available, and services may extend to other VA facilities, non-VA facilities, veteran residences, and local airports within North Carolina. The solicitation emphasizes quality control and outlines minimum performance standards.
    The Department of Veterans Affairs is soliciting proposals for non-emergent wheelchair transportation services for the Salisbury VA Medical Center and its associated clinics and facilities. The contract will cover a base period and an option year, providing services 24/7, including weekends and holidays. Key requirements include contractor personnel qualifications, vehicle standards, utilization of the VetRide transportation software for trip requests and invoicing, and adherence to specific response times for scheduled and unscheduled transports. The contractor must also comply with various federal and VA regulations regarding safety, incident reporting, invoicing procedures, HIPAA, and environmental management. A minimum of 15 vans must be available, and services may extend to other VA facilities, non-VA facilities, veteran residences, and local airports within North Carolina. The solicitation emphasizes quality control and outlines minimum performance standards.
    This Quality Assurance Surveillance Plan (QASP) outlines how the W.G. "Bill" Hefner VA Healthcare System will monitor wheelchair van/ambulette services for eligible Veteran beneficiaries. The services, provided 24/7/365, include transportation for appointments for patients with limited mobility or who are homeless. The QASP details government oversight of the contractor's quality control efforts, ensuring timely and effective service delivery. Key areas of surveillance include timeliness of pick-up and response, certifications and training, timely submission of monthly reports, and vehicle maintenance/safety. Performance standards are set with acceptable quality levels and corresponding incentives or deductions. The Contracting Officer (CO) and Contracting Officer's Representative (COR) are responsible for overseeing surveillance, utilizing methods such as customer feedback, 100% inspections, and periodic inspections. The document emphasizes the contractor's responsibility for quality control and the government's role in objective performance evaluation and corrective actions.
    The Department of Veterans Affairs (VA) Notice 24-12 updates VA Handbook 6500.6, Appendix C, providing revised security and privacy language for VA contracts. This update, effective immediately, outlines requirements for contractors regarding information security, data handling, system access, and incident reporting. Key provisions include unlimited government rights to data, strict controls on VA information use and storage, mandatory security training, and immediate reporting of security incidents. Contractors must comply with federal laws, VA directives, and industry standards for system design, hosting, and maintenance. The notice also details requirements for product integrity, virus prevention, cryptographic methods, patching governance, and specialized devices, emphasizing the need for robust cybersecurity measures and supply chain security in all VA acquisitions.
    This document, VAAR 852.219-75, outlines the VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction. It mandates that offerors certify compliance with subcontracting limits if awarded a contract, specifically detailing percentages for services (50%), general construction (85%), and special trade construction (75%) that cannot be paid to firms not certified as SDVOSBs or VOSBs. Materials costs are excluded for construction contracts. The certification carries legal weight, with potential criminal, civil, or administrative penalties for false statements under 18 U.S.C. 1001. Non-compliant SDVOSBs/VOSBs may face referral to the VA Suspension and Debarment Committee, fines, or prosecution. Contractors must provide documentation to verify compliance upon VA's request, and failure to do so may result in remedial action. The certification must be completed, signed, and submitted with the offer, as failure to provide it will deem the offer ineligible for award.
    Lifecycle
    Title
    Type
    Solicitation
    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.
    Valet Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Valet Services at multiple locations within the North Texas Health Care System, including Dallas, Fort Worth, and Bonham. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires the contractor to provide professional valet services, including managing vehicle traffic, securing vehicles, and ensuring timely service for disabled veterans and visitors. This service is crucial for enhancing accessibility and convenience at VA facilities, with a contract duration from January 28, 2026, to January 27, 2027, and four optional one-year extensions potentially extending to January 27, 2031. Interested parties should contact Dayna Cantu at dayna.cantu@va.gov or Shannon Hodgson at shannon.hodgson@va.gov for further details, and proposals must adhere to the outlined evaluation criteria and submission deadlines.
    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.
    W085--534-26-1-5682-0002 / ADA 3 Stall Restroom Trailer Albemarle Parking Lot (VA-26-00007827) / (VA-26-00018355)
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 7, is seeking a qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) to provide an ADA-compliant three-stall restroom trailer for the Ralph H. Johnson VA Medical Center in Charleston, SC. The procurement includes the furnishing, installation, and maintenance of the restroom trailer, which must meet specific dimensions and utility requirements, along with weekly waste removal and bi-weekly janitorial services. This service is crucial for ensuring accessible restroom facilities for veterans and visitors, enhancing the overall experience at the medical center. Interested vendors should note that the offer due date is December 9, 2025, and can contact Contracting Officer Don Grier at Don.Grier@va.gov for further information.
    W023--650-26-1-4824-0007: Eagle Square Shuttle Lease (VA-26-00024413)
    Buyer not available
    The Department of Veterans Affairs intends to award a sole-source contract for the lease of a 2018 Chevrolet Van to Autoflex Inc. for the VA Providence Healthcare System in Rhode Island. This procurement is essential for providing transportation services within the healthcare system and is authorized under FAR 6.302.1-1, which allows for contracting with only one responsible source. Interested vendors must be registered in SAM.gov and VetCert, with veteran-owned small businesses verified by the SBA, and should direct inquiries to Contracting Specialist Sebastian Freeze at sebastian.freeze@va.gov. The contract will have a one-year base period with two option years, fulfilling the requirements of FAR Part 5.101(a).
    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.
    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--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.
    J042--Emergency Vehicle Preventative Maintentance and Safety Inspections (5 year ordering) Coatesville VA Medical Center
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 4, is seeking qualified vendors for preventative maintenance and safety inspections of two emergency vehicles at the Coatesville VA Medical Center in Coatesville, PA. This procurement, which is set for a five-year ordering period, is crucial for ensuring the operational readiness and safety of emergency response vehicles used in veteran care. The full solicitation, numbered 36C24426Q0098, is expected to be posted on www.sam.gov around December 3rd, 2025, with a response deadline of December 9th, 2025. Interested parties must be registered in the System for Award Management (SAM) and can direct any inquiries in writing to Contracting Officer Keri Hester at keri.hester1@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 from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) for non-emergency medical transportation services at the John D. Dingell VA Medical Center in Detroit, Michigan. The contractor will be responsible for providing both ambulatory and non-ambulatory transportation services, including all necessary vehicles, personnel, and management systems, with a requirement for 24/7 availability. This service is crucial for ensuring that veterans have reliable access to medical care, and the contract is expected to span from January 1, 2026, to April 30, 2029, with an estimated total value of up to $19 million. Interested parties must submit their quotations by December 16, 2025, at 1 PM EST, and can contact Contracting Officer Robert J. Bolcavage at robert.bolcavage@va.gov or by phone at 937.469.1228 for further information.