V226--Amend 0001 | Question Response | Update RFQ | Detroit - NEMT
ID: 36C25026Q5532Type: Combined Synopsis/Solicitation
2 AwardsDec 27, 2025
$19.6M$19,612,298
AwardeeG & M AUTOMOTIVE TRANSPORT, INC DESOTO
Award #:36C25026D5532
Overview

Buyer

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

NAICS

Special Needs Transportation (485991)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: TAXICAB (V226)

Set Aside

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

    The Department of Veterans Affairs is soliciting proposals for Non-Emergency Medical Transportation (NEMT) services for the John D. Dingell VA Medical Center in Detroit, Michigan. The procurement aims to provide both ambulatory and non-ambulatory patient transport, ensuring compliance with federal, state, and local regulations while utilizing the VA's VetRide software for trip management and invoicing. This service is crucial for facilitating patient access to medical care, with the contract covering a base period from January 1, 2026, to September 30, 2026, and extending through three optional ordering periods until April 30, 2029, with an estimated total value of up to $19 million. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by December 16, 2025, and can contact Contracting Officer Robert J. Bolcavage at robert.bolcavage@va.gov or 937.469.1228 for further information.

    Point(s) of Contact
    Robert J. BolcavageContracting Officer
    (937) 469-1228
    robert.bolcavage@va.gov
    Files
    Title
    Posted
    This amendment to RFQ 36C25026Q5532, issued by the Department of Veterans Affairs, addresses questions and updates the Request for Quotation for transportation services. Key updates include corrected CLIN details for mileage in trips and revised estimated daily transport totals in PWS section 4.5.1.7. The document clarifies that the previous contract (36C25021D0002) was awarded to Navarre Corp, and a bridge contract (36C25025D0063) to GovTranz, LLC, both Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The amendment specifies that the base rate for one-way trips now includes 40 miles for both ambulatory and non-ambulatory transports. It also provides historical estimated quantities for one-way trips, noting they have minimum and maximum ranges. All other terms and conditions of the original RFQ remain unchanged.
    Amendment 0001 to Solicitation 36C25026Q5532, issued by the Department of Veterans Affairs, addresses a Non-Emergency Medical Transportation (NEMT) requirement in Detroit, MI. This amendment, dated December 11, 2025, serves to provide responses to questions, correct CLINs (Contract Line Item Numbers), and update the Performance Work Statement (PWS) in section 4.5.1.7. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and has a response date of December 16, 2025. The contracting office is located in Kettering, OH, and the point of contact is Robert J. Bolcavage. The place of performance is the John D. Dingell VA Medical Center in Detroit, MI. This amendment includes updated RFQ and SF30 documents.
    The Department of Veterans Affairs (VA) is soliciting bids for non-emergency medical transportation services for the John D. Dingell VA Medical Center in Detroit, Michigan, and its associated clinics. This Request for Quotation (RFQ) seeks contractors to provide 24/7 non-ambulatory and ambulatory transportation, including all necessary vehicles, personnel, and equipment. The solicitation, number 36C25026Q5532, is a combined synopsis/solicitation issued as an RFQ under Federal Acquisition Regulation (FAR) subpart 12.202, with a set-aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). The NAICS code is 485991 (Special Needs Transportation), and the response deadline is December 16, 2025, at 13:00 Eastern Time.
    The Department of Veterans Affairs is soliciting bids for non-emergency medical transportation services for the John D. Dingell VA Medical Center and its associated clinics in Detroit, Michigan. This Request for Quotation (RFQ), designated as solicitation number 36C25026Q5532, seeks a Service-Disabled Veteran-Owned Small Business (SDVOSBC) contractor to provide 24/7 non-ambulatory and ambulatory transportation, including all necessary vehicles, personnel, and equipment. The response deadline is December 16, 2025, at 13:00 Eastern Time. The procurement is conducted under Simplified Acquisition Procedures, with NAICS code 485991 (Special Needs Transportation) and a small business size standard of $22.5 million. The contracting office is located in Kettering, OH, and the point of contact is Robert J. Bolcavage.
    The Department of Veterans Affairs (VA) is soliciting proposals for non-emergent medical transportation services for the John D. Dingell VA Medical Center in Detroit, Michigan. This Request for Quotation (RFQ) covers ambulatory and non-ambulatory patient transport, including provisions for mileage, wait times, and the transportation of service animals and patient belongings. The contract includes a base period from January 1, 2026, to September 30, 2026, and three optional ordering periods, extending services until April 30, 2029. Key requirements include compliance with federal, state, and local transportation regulations, use of the VA's VetRide software for trip management and invoicing, and specific response times for scheduled and unscheduled transports. The contractor must provide all necessary labor, vehicles, and equipment, ensuring personnel are qualified, and vehicles are equipped with GPS units for real-time tracking and reporting. The VA emphasizes patient welfare, incident reporting, and strict invoicing procedures.
    The Department of Veterans Affairs (VA) is soliciting proposals for non-emergent medical transportation services for the John D. Dingell VA Medical Center in Detroit, Michigan. The Request for Quotation (RFQ) seeks a contractor to provide ambulatory and non-ambulatory patient transport, including vehicles, personnel, and a software system compatible with VA's VetRide. The contract spans a base period and three optional ordering periods, from January 2026 to April 2029, with an estimated value of up to $19 million. Key requirements include 24/7 service availability, adherence to federal, state, and local regulations, and the ability to transport service animals and miscellaneous items. Contractor personnel must be qualified, licensed, and undergo TB testing. Vehicles must meet safety standards and be equipped with GPS units for real-time tracking and reporting. Invoicing will be done bi-monthly through VetRide, with specific guidelines for trip, mileage, and wait time charges. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses, with a NAICS code of 485991 (Special Needs Transportation) and a size standard of $19 Million.
    The Department of Veterans Affairs, Network Contracting Office 10, is seeking to competitively select a source for Non-Emergency Medical Transportation services at the Detroit VAMC. To evaluate offerors' past performance, the VA is requesting information from organizations with first-hand experience with the offerors. This past performance questionnaire, due by December 16, 2025, at 1 PM EST, will verify offerors' ability to perform. The questionnaire covers contract identification, customer/agency details, respondent identification, and a performance rating section with specific criteria (e.g., management, quality control, problem-solving, adherence to schedules, and overall performance). It also includes questions regarding cure or show cause notices and willingness to re-award contracts, as well as compliance with small business subcontracting plans for government contracts. The completed questionnaire will be part of the official source selection records.
    This government file, Wage Determination No.: 2015-4859 Revision No.: 27, issued by the U.S. Department of Labor, outlines the minimum wage rates and fringe benefits for service contract employees in Monroe County, Michigan, as of July 8, 2025. It details minimum wage requirements based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on the contract award date. The document lists numerous occupational classifications across various fields (e.g., Administrative Support, Automotive Service, Health, IT) with corresponding hourly rates. It also specifies health and welfare benefits ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation accrual (2-4 weeks), and eleven paid holidays. Special provisions cover computer employees, air traffic controllers, weather observers, hazardous pay differentials, and uniform allowances. A conformance process is detailed for unlisted occupations, ensuring fair compensation and compliance with the Service Contract Act.
    This document, Wage Determination No. 2015-4865 Revision No. 28, issued by the U.S. Department of Labor, outlines the minimum wage rates and fringe benefits for service contract employees in Saginaw County, Michigan, effective July 8, 2025. It details compliance with Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) based on contract award dates. The document lists wage rates for various occupations, including administrative, automotive, health, and technical roles, noting that some classifications may be subject to higher minimum wages under the Executive Orders. It also specifies fringe benefits such as health and welfare, paid vacation (2-5 weeks based on service), and fourteen paid holidays. Special provisions include guidelines for computer employees, night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials, and uniform allowances. The conformance process for unlisted job classifications is also detailed, requiring contractor proposals and Wage and Hour Division approval.
    This government file, Wage Determination No. 2015-4867 Revision No. 31, issued by the U.S. Department of Labor, outlines prevailing wage rates and fringe benefits for service contract employees in Lapeer, Macomb, Oakland, and St. Clair Counties, Michigan, effective July 8, 2025. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on contract award dates. The document lists numerous occupational classifications with corresponding hourly rates, including administrative, automotive, food service, health, IT, and maintenance roles. It also specifies health and welfare benefits ($5.55/hour or $5.09/hour for EO 13706 contracts), vacation, and eleven paid holidays. Special provisions cover computer employees, air traffic controllers, and weather observers, including night and Sunday pay differentials. Hazardous pay differentials for work with ordnance and uniform allowance requirements are also included. The conformance process for unlisted job classifications is detailed, ensuring fair compensation and compliance with the Service Contract Act.
    This document is a wage determination under the Service Contract Act for Livingston County, Michigan, detailing minimum wages and fringe benefits for various occupations. It outlines minimum wage rates based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on contract award dates. The document specifies health and welfare benefits ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation accrual (2-4 weeks based on service), and eleven paid holidays. It also includes specific footnotes for computer employees and air traffic controllers/weather observers regarding exemptions and night/Sunday pay. Hazardous pay differentials, uniform allowances, and the conformance process for unlisted occupations are also detailed, ensuring fair compensation and adherence to federal labor laws for contractors.
    This government file, Wage Determination No. 2015-4869 Revision No. 32, issued by the U.S. Department of Labor, outlines the minimum wage rates and fringe benefits for service contract employees in Livingston County, Michigan, effective July 8, 2025. It details hourly wage rates for numerous occupations across various categories, including administrative, automotive, food service, health, and technical roles. The document specifies that contracts entered into on or after January 30, 2022, or renewed/extended on or after this date, require a minimum of $17.75 per hour under Executive Order 14026. Contracts awarded between January 1, 2015, and January 29, 2022, not subsequently renewed, require $13.30 per hour under Executive Order 13658. Both rates are subject to annual adjustment, with specific exemptions for certain seasonal recreational services and contracts in Texas, Louisiana, or Mississippi. Additionally, it mandates paid sick leave under EO 13706, health and welfare benefits ($5.55/hour or $5.09/hour for EO 13706 contracts), vacation, and eleven paid holidays. It also includes provisions for hazardous pay differentials, uniform allowances, and procedures for conforming unlisted occupations and wage rates.
    This government file, Wage Determination No. 2015-4833 Revision No. 29, issued by the U.S. Department of Labor, outlines minimum wage rates and fringe benefits for service contract employees in Washtenaw County, Michigan. It specifies hourly rates for a wide range of occupations, categorized into administrative, automotive, food service, health, technical, and other fields. The document emphasizes compliance with Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for applicable contracts, along with annual adjustments. It also details fringe benefits including health and welfare ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation (2-5 weeks based on service), and eleven paid holidays. Special provisions cover computer employees, air traffic controllers, and weather observers, including night and Sunday pay differentials, hazardous pay (8% or 4%), and uniform allowances. The document also describes the conformance process for unlisted occupations, requiring contractors to propose classifications and wage rates for review by the Wage and Hour Division.
    Similar Opportunities
    Loading similar opportunities...