TX Valley Coastal Bend Courier Services
ID: 36C25725Q0351Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)ARLINGTON, TX, 76006, 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
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting proposals for courier services under solicitation number 36C25725Q0351. This request is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Services are required to facilitate transportation of laboratory items between various outpatient clinics in Texas and the Harlingen Healthcare Center. The quantities requested include 251 trips each for three specific outpatient clinics and three additional unscheduled pick-ups. Responses to this request must be submitted by April 4, 2025, with proposals evaluated based on technical acceptability, past performance, and price. Offerors are required to adhere to various federal acquisition regulations and provide specific certifications along with their proposals. The document encompasses detailed contracting provisions ensuring compliance with labor standards and promoting small business utilization within the federal contracting framework. The overall aim is to secure efficient and reliable courier services to support the healthcare needs of veterans in the Texas Valley Coastal Bend region.
    The Department of Veterans Affairs (VA) is soliciting offers for a fixed-price contract to provide comprehensive courier services for its Texas Valley Coastal Bend Healthcare System. The contractor will handle the transportation of biological specimens, lab products, and office supplies across several locations, including Harlingen, Brownsville, Laredo, and McAllen, Texas. The services are to be performed five days a week during specified hours, including after-hours and urgent requests (STAT) within a 30-minute window. Contractors must adhere to strict safety, liability, and training standards, including providing vehicles, trained personnel, and maintaining specimen integrity during transportation. Requirements for insurance coverage and compliance with local, state, and federal regulations regarding hazardous materials are stipulated. The contract spans five years, offering a base year and four one-year options for extension, with electronic invoicing as the sole payment method. The solicitation emphasizes VA's commitment to quality service, compliance with federal laws, and safeguarding patient information, highlighting the thorough oversight mechanisms in place to ensure contractor accountability and adherence to health standards. Overall, this initiative reflects the VA's dedication to effective service provision while ensuring the safety and confidentiality of sensitive health-related materials.
    The document outlines potential requirements and considerations related to federal and state requests for proposals (RFPs) and grant funding opportunities. It highlights the emphasis on compliance with safety standards and adherence to regulatory frameworks during project execution. Key elements include the importance of thorough evaluations and assessments of existing conditions, particularly in projects involving environmental hazards or infrastructure modifications. Additionally, it underscores the necessity for detailed planning and documentation to ensure regulatory compliance, risk mitigation, and alignment with governmental guidelines. The overarching theme is the commitment to ensuring safe and effective project outcomes while maximizing funding utilization within established government parameters. This approach aims to foster responsible management of public resources in various development and renovation scenarios.
    The document appears to be a fragmented and encoded representation of information related to government Requests for Proposals (RFPs) and federal grants. Its main purpose likely revolves around outlining specific grant opportunities or requirements pertinent to contractors or organizations interested in securing funding for federal or state projects. Key points discerned from the broken text suggest that it involves various forms of funding requests, descriptions of procedural expectations for applicants, deadlines, and possibly frameworks for project completion. The document seems to emphasize careful adherence to guidelines required for proposal submissions, as well as various stipulations regarding eligibility and compliance with federal standards. Overall, the core of the document highlights critical information necessary for potential applicants navigating governmental funding opportunities, stressing the importance of understanding financial allocations, application thresholds, and associated timelines. The fragmented nature of the text limits clarity but underscores the significant role this information plays in facilitating access to funds for public projects at state and local levels.
    The document refers to a series of government requests for proposals (RFPs) and grants at the federal, state, and local levels. Its main purpose is to outline various funding opportunities and project guidelines, particularly focusing on improving infrastructure, conducting surveys, and ensuring safety compliance. Significant details include the necessity for compliance with health and environmental regulations, the integration of mechanical systems, and the management of hazardous materials where applicable. The context implies a commitment to modernizing facilities while addressing critical safety, health, and environmental concerns. These projects are expected to follow strict guidelines, engage with engineering and architectural assessments, and require effective hazard mitigation strategies throughout their execution. The document emphasizes the government's role in facilitating infrastructure improvements through well-defined funding mechanisms and project frameworks.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    R602--NEW - Tyler Lab Courier Service
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the Tyler Lab Courier Service, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This contract involves providing timely and efficient transportation of laboratory specimens and supplies between the Tyler VA Outpatient Clinics and the Dallas VA Hospital, with a focus on compliance with safety regulations and patient privacy. The contract will span a base year from July 1, 2025, to June 30, 2026, with four optional extensions, and proposals are due by March 14, 2025. Interested vendors should contact Delphia Schoenfeld at delphia.schoenfeld@va.gov or call 210-417-7495 for further details.
    Inter-Division Laboratory Courier Services
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide inter-division laboratory courier services under solicitation number 36C24725Q0416, specifically for the transport of medical specimens, pharmaceuticals, and laboratory supplies in Augusta, Georgia. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires services to be available 24/7 for emergencies and during standard operating hours on weekdays, with additional pickups on weekends and holidays, while ensuring compliance with transportation regulations and temperature controls for specimen transport. This procurement is critical for maintaining the timely delivery of healthcare services to veterans, with bids due by April 2, 2025, and questions regarding the solicitation accepted until March 25, 2025; interested parties should contact Khalil Al-Amin at khalil.al-amin@va.gov for further information.
    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.
    Restroom Janitorial Service
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for restroom janitorial services at the Michael E. DeBakey VA Medical Center in Houston, Texas, under Solicitation Number 36C25625Q0523. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to provide comprehensive custodial services that ensure cleanliness and sanitation in accordance with the Performance Work Statement (PWS). The contract will have a base period of one year, with the option for four additional one-year extensions, emphasizing the importance of maintaining high standards in healthcare environments while supporting veteran-owned businesses. Interested vendors must submit their proposals by March 14, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, vendors can contact Frank Sanders at frank.sanders1@va.gov.
    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.
    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.
    Special Mode Transportation for VA EKHCS
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for special mode transportation services for beneficiaries of the Eastern Kansas Healthcare System, specifically in Leavenworth and Topeka, Kansas. The contract encompasses a range of transportation options, including ambulatory non-emergent hired car services, wheelchair vans, and litter transportation, aimed at enhancing the delivery of essential services to veterans. This procurement is particularly significant as it is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated total award amount of $19 million over a five-year period, allowing for individual task orders of up to twelve months each. Interested parties must submit their proposals by March 18, 2025, and direct any inquiries to the primary contact, Stephen Parrott, at stephen.parrott@va.gov.
    N046--580-25-2-5161-0036 Reverse Osmosis and DI Water
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the installation and leasing of Reverse Osmosis and deionized (DI) water equipment, along with annual maintenance and testing services at the Michael E. DeBakey VA Medical Center in Houston, Texas. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will cover a base year with four optional years, emphasizing the VA's commitment to enhancing opportunities for veteran-owned businesses. The anticipated solicitation release is around February 21, 2025, with proposal submissions due by March 14, 2025. Interested contractors must be verified as SDVOSB and comply with the applicable NAICS Code (221310) with a size standard of $19 million; for further inquiries, they can contact Contracting Officer Felicia Lovelady at FELICIA.LOVELADY@VA.GOV or (318) 466-4317.
    Solid Waste Removal Service
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Solid Waste Removal Services at the Michael E. DeBakey VA Medical Center located in Houston, Texas. The procurement aims to secure a contractor who will provide comprehensive waste management, including the collection, disposal, and recycling of municipal solid waste, while adhering to federal and state regulations. This initiative is crucial for maintaining a clean and safe healthcare environment, with an emphasis on enhancing recycling efforts to achieve a 50% diversion of solid waste. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals, including past performance questionnaires and corporate experience forms, by November 8, 2024, to Frank Sanders at frank.sanders1@va.gov, as the government anticipates awarding a Firm-Fixed Price Single Award contract based on the evaluation of qualifications and past performance.
    5660--NTX Rolling Steel Doors Replacement
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of rolling steel doors at the Dallas VA Medical Center, under the solicitation number 36C25725Q0392. The project requires the installation of weather-resistant rolling steel doors with specific dimensions and security features, emphasizing low maintenance and durability, and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This procurement reflects the VA's commitment to supporting veteran-owned businesses while adhering to federal procurement regulations. Proposals are due by March 21, 2025, at 10:00 AM Central Time, with a site visit scheduled for March 12, 2025; interested parties should direct inquiries to Contracting Officer Joseph A. Leyte at Joseph.Leyte@va.gov or by phone at 210-694-6315.