V119--Truck Drivers for the Baltimore and Loch Raven VAMHCS
ID: 36C24525Q0381Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

General Freight Trucking, Local (484110)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide truck driver services for the Nutrition & Food Services at the Baltimore and Loch Raven Veterans Affairs Medical Centers. The contract, valued at approximately $34 million, requires drivers to deliver food and supplies while maintaining vehicle cleanliness and adhering to safety standards, with a specific emphasis on experience in refrigerated transport and possession of a Commercial Driver’s License (CDL). This initiative is crucial for ensuring reliable transportation of essential food services to veterans, reflecting the VA's commitment to supporting their needs while also promoting opportunities for service-disabled veteran-owned small businesses. Interested parties should refer to solicitation No. 36C24525Q0381 for detailed requirements and submit proposals by the specified deadlines, with the service period set from April 1, 2025, to August 4, 2025. For further inquiries, contact Contracting Officer Jameel Gordon at jameel.gordon@va.gov.

    Point(s) of Contact
    Jameel GordonContracting Officer
    no calls permitted
    jameel.gordon@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposals (RFP) issued by the Department of Veterans Affairs (VA) for transportation services supporting the Nutrition & Food Services (NFS) at the Baltimore and Loch Raven Veterans Affairs Medical Centers. The contract, valued at approximately $34 million, is set for an effective period from April 1, 2025, to August 4, 2025. The contractor will provide qualified truck drivers responsible for delivering food and supplies, maintaining vehicle cleanliness, and ensuring compliance with safety standards. The contract mandates drivers hold a Commercial Driver’s License (CDL) and have at least three years of experience in refrigerated transport. The document specifies operational requirements, including shift rotations, cargo handling, and adherence to security protocols for access to VA facilities. Submission requirements for contractors include detailed proposals demonstrating relevant experience, individual resumes, and a cost breakdown. The RFP incorporates specific federal regulations and recognizes the participation of service-disabled veteran-owned small businesses. This initiative reflects the VA's commitment to veterans' service needs by ensuring reliable transportation for essential food services while fostering opportunities for veteran entrepreneurship.
    The document outlines a request for proposals (RFP) to secure truck driver services for the Nutrition & Food Services at the Baltimore and Loch Raven VA Medical Centers. The service period is slated from April 1, 2025, to August 4, 2025. Contractors must provide qualified truck drivers to deliver food and supplies while maintaining vehicle conditions, adhering to safety standards, and keeping accurate records. The RFP specifies the conditions for the service, including a requirement for a Commercial Driver’s License (CDL) and a minimum of three years of experience in transporting perishable goods. The VA will provide a refrigerated truck for the contracted services, which will operate seven days a week with overlapping shifts. Contractors must also comply with various Federal security and privacy regulations and submit electronic invoices to the specified government office. Selection criteria focus on cost, contractor experience in healthcare environments, and adherence to small business contracting guidelines, particularly for service-disabled veteran-owned and veteran-owned businesses. This initiative illustrates the VA's commitment to supporting veteran services through stringent procurement processes and empowering qualified small businesses.
    The document provides detailed specifications for the 2019 Ford F-650, categorized under various systems and features pertaining to both active and passive safety, engine details, and vehicle dimensions. Key highlights include the vehicle being equipped with multiple active safety systems such as Anti-lock Braking System (ABS), Electronic Stability Control (ESC), and crash-prevention technologies like Forward Collision Warning (FCW) and Pedestrian Automatic Emergency Braking (PAEB). The engine specifications indicate a diesel V8 configuration with a displacement of 6.7 liters, producing 330 hp and a torque of 725. The vehicle is identified as a truck with a Gross Vehicle Weight Rating (GVWR) categorized within Class 6 and produced at the Ohio Assembly plant. Additional features include the number of seats, hydraulic brake system, and a manual seat belt system, indicative of its intended use as an incomplete vehicle. The document serves as a reference for compliance with federal regulations, ensuring the vehicle meets safety standards pertinent to government and commercial fleets.
    The government document outlines various federal and state local RFPs (Requests for Proposals) and grants, focusing on the allocation of funds for community projects and initiatives. The primary emphasis is on engaging local organizations and stakeholders in collaborative efforts to address specific community needs, such as public health, education, infrastructure, and environmental improvements. Key points include the defined objectives and eligibility criteria for applicants, the expected deliverables, and timelines for project completion. The document details the process for submission, evaluation criteria, and funding disbursement mechanisms. In addition, it highlights the importance of compliance with government regulations and standards, ensuring that funded projects align with broader governmental goals. Transparency in project reporting and outcomes is stressed, aiming to foster accountability among recipients. Overall, this document serves as a comprehensive guide for potential applicants and stakeholders, explaining the framework for submitting proposals and the strategic importance of these projects in enhancing community well-being.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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--Bay Pines Ground Ambulance Service
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Ground Ambulance Services for the C.W. Bill Young VA Medical Center, with a contract period from April 1, 2025, to March 31, 2030. The procurement includes non-emergency transportation services such as Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT), emphasizing 24/7 availability and compliance with federal, state, and local regulations. This initiative aims to enhance transportation services for veterans, ensuring high-quality care and adherence to health protocols, particularly in light of COVID-19 safety measures. Interested bidders must submit their proposals electronically by March 21, 2025, and direct any inquiries to Contracting Officer Lakiesha Anderson at lakiesha.anderson@va.gov or by phone at 561-618-2398.
    TX Valley Coastal Bend Courier Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for courier services under solicitation number 36C25725Q0351, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to facilitate the transportation of laboratory items and supplies between various outpatient clinics in Texas and the Harlingen Healthcare Center, requiring a total of 251 trips each from three outpatient clinics, along with additional unscheduled pick-ups. This initiative is crucial for ensuring timely and efficient delivery of healthcare materials to support the needs of veterans in the Texas Valley Coastal Bend region. Interested vendors must submit their proposals by April 4, 2025, and can direct inquiries to Delphia Schoenfeld at delphia.schoenfeld@va.gov or by phone at 210-417-7495.
    S203--GOURMET Meal Delivery Study in Heart Failure for Research
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to participate in a Sources Sought Notice for the GOURMET Meal Delivery Study, aimed at evaluating the effectiveness of nutritional support for veterans aged 60 and older with heart failure. The selected vendor will be responsible for delivering sodium-restricted DASH diet meals to 1,400 participants post-hospital discharge, along with providing dietary education and counseling, ensuring compliance with specific nutritional requirements tailored to each participant's health conditions. This multi-center clinical trial emphasizes the importance of maintaining food safety, participant confidentiality, and the ability to track orders effectively, with vendors required to have a minimum of three years of experience in meal delivery across the contiguous U.S. and Puerto Rico. Interested vendors must submit their capability statements, including their unique entity ID and relevant business information, to the Contracting Officer, Ann Marie Stewart, at annmarie.stewart@va.gov, by the specified deadline.
    Columbia Wheelchair Five (5) year IDIQ RFQ
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide wheelchair transportation services under a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to ensure reliable and compliant transportation for veteran patients to and from various healthcare locations, with an expected average of 60-85 trips per day utilizing a minimum of 15 dedicated vehicles equipped with necessary medical supplies and lifts. This initiative is crucial for enhancing access to healthcare services for veterans while fostering participation from small businesses owned by service-disabled veterans. Interested parties must submit their quotations by March 5, 2025, and can direct inquiries to Thomas Nicholls at thomas.nicholls@va.gov.
    8910-- Erie VA Medical Center Dairy | 562
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply dairy products to the Erie VA Medical Center. The procurement includes a range of dairy items such as milk, cottage cheese, and sour cream, with a strong emphasis on compliance with federal and state regulations, quality assurance standards, and timely delivery, even during emergencies. This contract is crucial for ensuring high-quality food services for veterans while promoting participation from small businesses and adhering to regulatory requirements. Interested vendors should submit comprehensive bids electronically, and for further inquiries, contact Contract Specialist Benjamin Villasenor at Benjamin.Villasenor@va.gov.
    V129--RLRVAMC Ambulance Service
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for contracted ambulance transportation services for the Richard L. Roudebush VA Medical Center. The procurement aims to provide emergency and non-emergency transport, including Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT) services, operational 24/7 for veterans in Indiana, Ohio, and Illinois. This contract, valued at up to $27 million and set for five years, emphasizes compliance with federal and state regulations, qualified personnel, and the use of the VetRide transportation software for scheduling and invoicing. Interested parties should contact Contracting Specialist Janel N Tate-Montgomery at janel.tate-montgomery@va.gov, with the contract commencement date anticipated for April 1, 2025.
    V225-- Special Needs Ground Transportation IAW the Performance Work Statement *SDVOSB & VOSB set-aside
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide special needs ground transportation services at the VA Palo Alto Health Care System. The procurement aims to establish a Firm Fixed Price Indefinite Delivery Indefinite Quantity contract that ensures 24/7 availability for transporting veterans to various medical facilities, emphasizing timely and responsive service tailored to their unique needs. Interested parties must be Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB) and are required to submit capability information to the Contract Specialist, John Da Silva, by 10:00 AM PST on March 26, 2025. For eligibility, potential offerors must be registered in the System for Award Management (SAM) and have a current Online Representations and Certification Application on file.
    V225--BC Ambulance Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for contracted ambulance services to support the Battle Creek VA Medical Center and its affiliated clinics. The procurement includes the provision of Advanced Life Support (ALS), Basic Life Support (BLS), and Critical Care Transport (CCT) services, requiring the contractor to deliver these services 24/7 while adhering to all relevant federal, state, and local regulations. This initiative underscores the government's commitment to ensuring essential medical transportation for veterans, with a contract duration of five years, from April 1, 2025, to March 31, 2030, and an estimated total value of up to $22.5 million. Interested parties should contact Contracting Specialist Janel N Tate-Montgomery at janel.tate-montgomery@va.gov for further details.
    S203--NFS Bread Contract (VA-25-00056014)
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is seeking proposals for the S203--NFS Bread Contract to supply bread and bakery products to the West Palm Beach VA Health Care System. The contract is set to commence on May 8, 2025, and will last for one year, with the possibility of extending for three additional one-year periods. This procurement is a Small Business Set-Aside, encouraging participation from small businesses, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), highlighting the importance of providing fresh and compliant food products to veterans. Interested parties should contact Contract Specialist David G Henry at David.Henry3@va.gov for further details and to ensure compliance with the outlined requirements, including delivery timelines and packaging standards.