Courier Services Fort Eustis, VA
ID: W91YTZ25QA058Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRCO EASTFORT BELVOIR, VA, 22060-5580, 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 Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Army, is seeking proposals for courier services at Fort Eustis, Virginia, with a focus on medical transportation for pathology specimens and medical supplies. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with safety regulations, including Hazmat certification for the awarded contractor, as they will manage a minimum of 35 shipments weekly across multiple facilities. The services are crucial for ensuring timely healthcare delivery within the military health system, with a structured schedule for pickups and deliveries. Interested vendors must submit their proposals by April 21, 2025, at 1:00 PM EST, and should direct inquiries to Justin Balster or Rebecca Ruff via the provided email addresses.

Point(s) of Contact
Files
Title
Posted
Apr 16, 2025, 5:06 PM UTC
The Performance Work Statement (PWS) outlines a contract for a non-personnel service aimed at providing transportation for pathology specimens and medical supplies within Fort Eustis, VA, and surrounding areas. The contractor will be responsible for all aspects of the service, including personnel, equipment, and compliance with safety regulations, such as Hazmat certification due to the nature of lab specimen transport. Services will be carried out five days a week, excluding federal holidays, and a structured pick-up and drop-off schedule at specific health facilities, including McDonald Army Health Center and Naval Medical Center Portsmouth, is detailed. Quality assurance measures entail regular surveillance by the Contract Officer Representative (COR) to ensure adherence to performance standards. The contractor must maintain comprehensive records and proof of pickup and delivery, addressing customer complaints efficiently. The contract spans one base year with two optional years and includes provisions for security checks on contractor personnel. Overall, this service contract supports the broader mission of the McDonald Army Health Center to ensure timely and efficient healthcare delivery to beneficiaries.
Apr 16, 2025, 5:06 PM UTC
The document outlines critical requirements for a government contract related to the transport of shipments, specifically concerning hazardous materials. Key points include that subcontractors cannot hold Hazmat Certifications; only the awarded contractor must possess them. The contractor is expected to manage a minimum of 35 shipments weekly across four facilities, with each shipment averaging three boxes and two bags, not exceeding 25 lbs. Shipment classifications typically reference the UN1845 Hazmat code. Additionally, shipments can require different transport conditions: frozen specimens need insulated boxes with dry ice, refrigerated items necessitate biohazard containers with ice packs, and ambient shipments demand biohazard safeguards against extreme temperatures. Overall, the document emphasizes adherence to safety protocols and proper logistics in handling and transporting hazardous materials for government contracts.
Apr 16, 2025, 5:06 PM UTC
This document serves as an amendment to a previously issued solicitation, extending the proposal submission deadline to April 21, 2025, at 1:00 PM EST. This amendment responds to inquiries regarding the solicitation and provides clarifications on those questions, which are detailed in the attached document. Offers must acknowledge the amendment receipt by specified methods prior to the new submission deadline. The document outlines the consequences of not submitting the acknowledgment correctly, which may lead to rejection of the offer. It highlights that all other terms of the original solicitation remain unchanged and in full effect. The amendment is officially issued by Rebecca-Lynn M. Ruff and provides contact information for further inquiries. Overall, the amendment clarifies and extends the solicitation process for potential contractors responding to this federal request for proposals.
Apr 16, 2025, 5:06 PM UTC
The document outlines a Request for Offers (RFO) for Medical Courier Services, specifically reserved for Service-Disabled Veteran-Owned Small Businesses under NAICS code 492110. Offers are being requested in a streamlined format as per FAR 12.603. Interested vendors must submit their proposals using the provided Contract Line Item Numbers (CLIN), including a technical description to demonstrate compliance with solicitation requirements. They must also confirm their agreement with all terms and conditions stipulated. Proposers are required to be registered with the System for Award Management (SAM) and are encouraged to review all attachments prior to submission. The deadline for submitting offers is 16 April 2025, by 5:00 PM EDT, via email to designated Points of Contact, with confirmation of receipt being provided by the government. This summary encapsulates the solicitation's purpose, key instructions for submissions, and critical deadlines, aligning with federal acquisition processes and regulations.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Courier Service St. Cloud VA Health Care System
Buyer not available
The Department of Veterans Affairs is seeking proposals for courier services to support the St. Cloud VA Health Care System in Minnesota. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to transport medical supplies, lab specimens, and equipment between various VA facilities, ensuring compliance with federal regulations and maintaining the integrity of sensitive materials during transit. The contract will span a base year from August 1, 2025, to July 31, 2026, with four optional renewal years available, and interested contractors must submit their quotes by April 25, 2025, to Contract Specialist John Milroy at john.milroy@va.gov.
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 is seeking proposals for Ride Share Scheduling Services under solicitation number 36C24825Q0507, specifically set aside for Veteran-Owned Small Businesses. The objective of this procurement is to enhance transportation logistics for veterans, particularly focusing on those experiencing homelessness and ensuring timely ride arrangements to support their healthcare needs. This contract will cover a base performance period from May 16, 2025, to May 15, 2026, with four optional years, and includes various services such as administrative costs and 24-hour support for scheduled riders. Interested vendors must submit their quotes by April 30, 2025, at 12:00 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.
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.
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.
Amended DLS Material Handler Contract (VA-25-00000414) for warehouses DLS and SDC
Buyer not available
The Department of Veterans Affairs is seeking proposals for the Amended DLS Material Handler Contract (VA-25-00000414), which involves providing facility support staffing services for material handling at warehouses DLS and SDC in Golden, Colorado. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to manage logistics activities such as receiving, storage, inventory control, and distribution of commodities, ensuring compliance with specified performance standards without direct government supervision. Interested parties must submit their proposals by May 9, 2025, at 10:00 A.M. Mountain Time, and can direct inquiries to Bradley Geghan at bradley.geghan@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.
Non-Emergent Medical Transportation Services - Phoenix VA Healthcare System
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide Non-Emergent Medical Transportation Services for the Phoenix VA Healthcare System. The procurement aims to secure door-to-door ambulatory, wheelchair, and stretcher transportation services for eligible veterans, with operations required 24/7, including holidays. This initiative is crucial for ensuring that veterans have reliable access to necessary medical appointments and services, thereby enhancing their overall healthcare experience. Interested parties must submit their capabilities and relevant information by May 1, 2025, to Contracting Officer Michael Williams at michael.williams48@va.gov, with the anticipated contract period running from October 1, 2025, to September 30, 2030.
V119--Wheelchair Transport FY25 Contract
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide wheelchair transport services for the Durham VA Medical Center in North Carolina for fiscal year 2025. The procurement aims to secure patient pick-up and delivery services using wheelchair vans, with contractors required to adhere to strict operational protocols, including timely responses to service requests within 45 minutes. This service is crucial for ensuring the mobility and accessibility of veterans, and the procurement falls under NAICS code 485999, which encompasses all other transit and ground passenger transportation, with a small business size standard of $19 million. Interested parties must submit their responses, including company details and qualifications, in writing by April 29, 2025, to Ricardo McIntosh at Ricardo.McIntosh@va.gov.