R602--Courier, PB 657-25-2-3755-0002/ (VA-25-00011428)
ID: 36C25525Q0016Type: Sources Sought
AwardedJul 31, 2025
AwardeeDALYWORKS, LLC BAKER 56580
Award #:36C25525D0080
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, 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 bids for courier services at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri, specifically for the transportation of laboratory specimens, mail, and medical supplies. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to provide all necessary vehicles and personnel while adhering to strict regulations for handling sensitive materials, including climate control for lab specimens. The contract will span five ordering periods from June 2025 to May 2030, with a submission deadline for quotes set for May 9, 2025, at 10:00 AM Central Time. Interested vendors should contact Contract Specialist Maria Espinosa at maria.espinosa@va.gov or call 913-946-9922 for further details.

    Point(s) of Contact
    Maria EspinosaContracting Specialist
    (913) 946-9922
    maria.espinosa@va.gov
    Files
    Title
    Posted
    This government solicitation, 36C25525Q0016, from the Department of Veterans Affairs, Network Contracting Office (NCO) 15, is an amendment for courier services to the Poplar Bluff, MO VA Medical Center (VAMC) and its Community Based Outpatient Clinics (CBOCs). The amendment extends the offer receipt deadline to May 9, 2025, and clarifies various aspects of the Request for Proposal (RFP). Key changes include adjusting Line Items to reflect routes instead of individual locations for invoicing, adding a Saturday route (Route F) for lab specimens, and specifying that smoking is not permitted during the delivery of medical supplies or lab specimens. The document also provides responses to vendor questions, detailing transport requirements for various items including lab specimens (with specific temperature controls), mail, and medical supplies. It outlines contractor qualifications, invoicing procedures, security requirements for personnel accessing VA facilities (including FBI background checks and PIV card issuance), and mandates compliance with VA information security and privacy regulations, including HIPAA. The contract spans five ordering periods from June 2025 to May 2030, with specific line items for different courier routes and services.
    This government solicitation, 36C25525Q0016, is a Request for Quote (RFQ) from the Department of Veterans Affairs (VA) for Lab Courier Services for the Poplar Bluff, MO VAMC and its Community Based Outpatient Clinics (CBOCs). The resulting contract will be a Firm-Fixed Price, five-year Indefinite Delivery, Indefinite Quantity (IDIQ) agreement, with five ordering periods from June 1, 2025, to May 31, 2030. This solicitation is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Key services include daily transportation of laboratory specimens (requiring climate control), mail, supplies, and medical items between the main VAMC and various clinics in Missouri and Arkansas, including on-call STAT routes with a 45-minute response time. Contractors must provide all necessary vehicles, personnel, and equipment, adhering to strict regulations for handling biological specimens and maintaining climate control for sensitive materials. The document outlines detailed requirements for contractor qualifications, including licensing, financial responsibility, and employee training on safety and packaging. It also specifies invoicing procedures, security requirements for contractor employees (including FBI background checks and VA-issued badges), and compliance with VA information security and privacy policies, including HIPAA and potential liquidated damages for data breaches. All questions are due by April 30, 2025, and responses by May 5, 2025, both via email to maria.espinosa@va.gov, with a specific subject line.
    The document outlines a Request for Quotes (RFQ) for Lab Courier Services for the John J. Pershing VA Medical Center (VAMC) in Poplar Bluff, MO. It seeks a contractor to provide courier services for lab specimens and other medical supplies, ensuring timely transportation within specified locations. The contract is structured as a five-year Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement with an emphasis on performance requirements, including a 45-minute response time for urgent requests, daily service, and adherence to safety standards. The solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and outlines detailed expectations for service delivery, including the temperature control of transported items, proper packaging of lab specimens, and necessary contractor qualifications. The document specifies a monthly billing schedule and mandates that all courier personnel meet certain training and security verification requirements. Additionally, it incorporates various regulations and clauses governing the contract, emphasizing compliance with safety, privacy, and data protection standards. This RFQ represents the government's commitment to secure and efficient lab services essential for veteran healthcare delivery.
    The Department of Veterans Affairs is soliciting bids for courier services at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri. This Request for Proposal (RFP) is fully reserved for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested vendors must submit a signed SF1449 form, complete necessary certifications and pricing schedules, and comply with specific clauses outlined in the RFP documentation. The submission deadline is May 5, 2025, at 10:00 AM Central Time. Necessary attachments include performance work statements, wage determinations, and privacy language, all vital for compliance with federal contracting standards. This initiative aims to facilitate reliable transportation services for the VA medical center and its affiliated clinics and ensure that eligible veteran-owned businesses have the opportunity to participate in federal contracting processes.
    The Department of Veterans Affairs issued a Sources Sought Notice to identify potential contractors qualified to provide automated special staining instrumentation lease and bulk reagent purchases, specifically for the Kansas City VA Medical Center and the John J. Cochran Veterans Hospital. This market research aims to encourage responses from Service-Disabled Veteran Owned Small Businesses and other small businesses for procurement planning. Interested vendors are requested to provide detailed information about their capabilities, including company specifics and technical expertise, indicating their business size category and socio-economic status. The notice outlines the requirements for courier services to transport medical specimens, mail, and supplies between various VA facilities, establishing specifications for transportation protocols, vehicle standards, and employee qualifications. The scope includes a detailed statement of work addressing the necessary qualifications for contractors, payment provisions, and compliance with federal regulations. The government emphasizes that this notice is not a solicitation for bids or contracts, aiming solely for informational purposes. Responses are collected until November 12, 2024, guiding the VA in its acquisition approach while ensuring the reliability of the subcontractor services for essential medical deliveries.
    The document outlines a Request for Proposal (RFP) for courier services by the Department of Veterans Affairs, specifically for the John J. Pershing VA Medical Center in Poplar Bluff, Missouri. The primary goal is to facilitate the transport of medical supplies, laboratory specimens, and documents between various VA clinics, ensuring timely delivery and adherence to strict guidelines for handling sensitive items. Key details include a 45-minute response time for urgent requests, a requirement for climate-controlled transport for certain items, and provisions for route adjustments and Saturday deliveries. The contract spans multiple ordering periods from 2025 to 2030, highlighting the need for contractors to have appropriate resources, certifications, and training for staff involved in the transportation of medical materials. Important administrative aspects include scheduling, invoicing, and protocols for handling emergencies or service interruptions. The RFP stresses compliance with federal regulations, including those pertaining to data security, HIPAA standards, and the management of sensitive information. Ultimately, this initiative reflects the VA's commitment to maintaining high standards in logistics and patient care.
    This document outlines the Department of Veterans Affairs (VA) requirements for information and information system security and privacy for contractors, subcontractors, and their personnel. It mandates adherence to federal laws, regulations, and VA directives concerning information access, use, and security. Contractors must limit access to VA information and systems to what is necessary for contract performance and immediately report personnel changes. Information provided by or developed for the VA can only be used for specified contract purposes. Violations of confidentiality or security provisions can lead to payment withholding or contract termination. The document defines security incidents and requires immediate reporting of any known or suspected incidents to the Contracting Officer's Technical Representative (COTR), ISO, and Privacy Officer. It also details the contractor's responsibility to cooperate in investigations, including reporting criminal activity to law enforcement. A key section addresses liquidated damages for data breaches involving sensitive personal information (SPI), imposing a fine of $37.50 per affected individual to cover credit protection services. Contractors are required to complete mandatory VA privacy and cybersecurity training annually, with non-compliance leading to suspension of access privileges. Additionally, the document outlines requirements for contractor badges, escort procedures for uncleared personnel, and the COR's responsibilities for coordinating with police and maintaining training records.
    This document outlines requirements and procedures related to information and information system security for contractors working with the Department of Veterans Affairs (VA). It emphasizes that contractors must adhere to the same federal laws and VA directives as VA personnel regarding data security. Access to VA information is strictly limited to the necessary extent for contract performance, and immediate notification to the Contracting Officer is required when personnel changes occur. The document further stipulates that any information accessed or developed must be used only for contract-specific purposes, with violations potentially leading to withheld payments or contract termination. In the event of a security incident, contractors must promptly report to designated officials and cooperate with investigations, including those involving law enforcement. A significant aspect addresses liquidated damages for data breaches, where contractors are liable for financial penalties and must cover the costs of credit protection services provided to affected individuals. Additionally, all contractor employees must complete required training on privacy and cybersecurity annually to maintain access privileges. Overall, the document aims to ensure rigorous protection of sensitive information and compliance with VA standards during contractual engagements, reflecting the government's commitment to safeguarding data and privacy in its operations.
    The document outlines various government filings, likely related to federal RFPs, grants, and state/local RFPs, detailing compliance requirements and financial reporting. Key sections include general information, specific filing instructions, and detailed breakdowns of financial documentation and reporting categories. It references various forms and schedules, such as SF-424, SF-270, and SF-272, crucial for financial management and progress reporting. The document appears to serve as a comprehensive guide for entities seeking or managing government funding, emphasizing the importance of accurate data submission, financial accountability, and adherence to established regulations for federal and state programs.
    The document represents a compilation of various federal and state/local Requests for Proposals (RFPs) and grants, emphasizing a broad spectrum of projects spanning infrastructure, environmental assessments, and public health. Each proposal seeks to engage contractors or organizations for specific services, highlighting objectives such as modernization of facilities, hazardous material surveys, compliance with regulations, and enhancing public safety through systematic upgrades. Key details include mentions of assessments for hazardous materials in significant historical sites, infrastructure upgrades for healthcare systems, and initiatives focused on environmental safety measures. The structure of the document appears to provide a comprehensive overview of the specific demands of each RFP, alongside relevant regulations that govern the execution of contracted services. In essence, the document outlines governmental efforts to solicit bids for critical projects aimed at improving infrastructure while ensuring adherence to safety standards and regulatory compliance. The ultimate goal is to facilitate better public service through systematic and well-regulated implementation of projects concerning health and environmental safety.
    Similar Opportunities
    V226--Non Emergent Patient Transportation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for Non-Emergency Medical Transportation services for the Saginaw VA Medical Center, as outlined in solicitation number 36C25026Q6552. The procurement is specifically set aside for Veteran-Owned Small Businesses (VOSB) and aims to provide essential transportation services for patients, utilizing the VA’s VetRide ordering system. This contract, valued at approximately $19 million, will cover a base period and four ordering periods from February 2026 to January 2031, with specific requirements for labor, materials, vehicles, and compliance with federal regulations. Interested companies must submit their offers, including a Past Performance Questionnaire and wage determination compliance documents, by December 29, 2025, with questions due by December 23, 2025. For further inquiries, contact Contracting Officer Robert Bolcavage at robert.bolcavage@va.gov or 937.469.1228.
    VA Direct to Patient supply services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking small business vendors to provide direct delivery supply services for medical and surgical items to Veteran patients through its Consolidated Mail Outpatient Pharmacy (CMOP) program. The contractor must demonstrate at least two years of experience, the capacity to process approximately 14 million prescriptions annually, and the ability to maintain compliance with federal and state regulations while ensuring a 48-hour average turnaround time for prescription fulfillment. This opportunity is critical for ensuring timely access to essential medical supplies for Veterans, with the contract structured to reimburse vendors per filled prescription at government contract prices, plus handling fees. Interested vendors must submit a capabilities statement to the primary contact, Phillip Reuwer, at Phillip.Reuwer@va.gov by January 11, 2026, with any questions directed to the same contact before January 8, 2026.
    V225--Ambulance Service | Follow on Base 3 | Start: 3/1/26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses for ambulance services at the Dayton VA Medical Center, with the contract set to commence on March 1, 2026. The procurement includes Advanced Life Support (ALS) and Basic Life Support (BLS) services, covering a base period until October 31, 2026, with options for two additional one-year periods. These services are critical for providing timely medical transportation to veterans, ensuring compliance with federal regulations and safety standards. Interested vendors must submit their quotations by December 19, 2025, at 1 PM EST, and can contact Contracting Officer Robert Bolcavage at robert.bolcavage@va.gov for further details.
    NATIONAL OPERATIONAL/MAILING SUPPLIES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for operational and mailing supplies through solicitation number 36C77025R0004, aimed at supporting its seven Consolidated Mail Outpatient Pharmacy (CMOP) locations. This procurement involves establishing multiple National Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for essential items such as corrugated boxes, bubble mailers, sealing tape, and child-resistant medical pouches, ensuring compliance with stringent specifications for patient safety and product integrity. The awarded contracts will facilitate timely deliveries of these supplies, which are critical for the efficient processing and shipment of prescriptions to veterans. Interested vendors must submit their proposals, including product samples and pricing schedules in Excel format, by the extended deadline of January 15, 2026, at 5:00 PM CDT. For further inquiries, contact Kelly L Mann at kelly.mann@va.gov or Kelley Cunningham at kelley.cunningham@va.gov.
    SAVAHCS Postal Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide postal services for the Southern Arizona VA Health Care Systems (SAVAHCS) from April 1, 2026, to September 30, 2030. The procurement includes daily mail pickup, processing, presorting, metering, and delivery to the USPS, with compliance to USPS and government regulations, including HIPAA and the Privacy Act. This opportunity is particularly aimed at Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone, and other Small Businesses, emphasizing the importance of these services in supporting the healthcare operations of the VA. Interested parties must submit their capabilities and proof of similar work by January 5, 2026, at 11:00 AM MDT, and registration in SAM and the VetBiz Registry is required for eligible businesses. For further inquiries, contact Jordan Alonzo at jordan.alonzo@va.gov or call 505-767-6094.
    8105--760-26-1-060-0080 -Leavenworth CMOP SHAWNEE MAILERS (VA-26-00026100)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for the procurement of mailers specifically designed for the Shawnee (Leavenworth) Consolidated Mail Outpatient Pharmacy (CMOP). The requirement includes two types of mailers, the "Sprint Auto Packer" and "Autobag 550," which are essential for efficient packaging operations within the CMOP facility. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned enterprises in federal contracting. Interested vendors must submit their quotes by December 22, 2025, at 3:00 PM CT, including necessary documentation such as a signed SF1449, pricing schedule, and compliance with the Buy American Act. For further inquiries, vendors can contact Kelley Cunningham at kelley.cunningham@va.gov.
    R602--Courier services for FL CBOCs - Pensacola and Panama City
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) to provide courier services for the delivery and pick-up of dental instruments at Community Based Outpatient Clinics (CBOCs) located in Pensacola and Panama City, Florida. This presolicitation notice indicates that the procurement is essential for ensuring timely and efficient transportation of dental supplies, which are critical for patient care in these clinics. A formal solicitation package will be released later, with proposals due by December 19, 2025, at 10:00 am Central Time. Interested parties must be registered and verified in SAM, SBA VetCert, and comply with Vet 4212 reporting requirements; questions can be directed to Contracting Officer D. Rene' Impey at rene.impey@va.gov.
    NATIONAL OPERATIONAL/MAILING SUPPLIES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for operational and mailing supplies to support seven Consolidated Mail Outpatient Pharmacy (CMOP) locations across the United States. The procurement includes a wide range of items such as resealable bags, corrugated boxes, various types of mailers, child-resistant medical pouches, and packaging materials, all of which must adhere to specific material and postal regulations. This contract is crucial for ensuring the efficient operation of CMOP facilities, which play a vital role in delivering medications to veterans. Interested parties should contact Kelly L Mann at kelly.mann@va.gov or Larry Zaritz at larry.zaritz@va.gov for further details, and must review the attached documents, including the pricing schedule and past performance requirements, as submissions are due by the specified deadlines.
    V225--Ground Ambulance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for Ground Ambulance Services under Solicitation Number 36C25626Q0059, aimed at providing non-emergency ambulance transportation for the Gulf Coast Veterans Health Care Systems and its associated clinics. The contract encompasses a base period from January 1, 2026, to December 31, 2026, with four additional twelve-month option periods, requiring services such as Stretcher Transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT) available 24/7. This procurement is crucial for ensuring timely and compliant medical transportation services for veterans, adhering to federal, state, and local regulations regarding personnel and equipment. Interested contractors must submit their quotes by December 18, 2025, and direct any questions to Contracting Officer Tina Harris at tina.harris3@va.gov by December 4, 2025.
    V225--Martinsburg VAMC Ground Ambulance Transportation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a five-year Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Ground Ambulance Transportation services to support the Martinsburg VA Medical Center and its associated Community-Based Outpatient Clinics. The contract will encompass a range of services, including Advanced Life Support (ALS), Basic Life Support (BLS), and Critical Care Transport (CCT), available 24/7, with specific requirements for contractor personnel qualifications, vehicle standards, and compliance with federal regulations. This procurement is crucial for ensuring timely and effective medical transportation for veterans in the designated service areas across Pennsylvania, Maryland, Virginia, and West Virginia. Interested contractors should note that the minimum guaranteed contract amount is $1,000.00, with a maximum ceiling of $2,600,000.00, and proposals are due by December 18, 2025, at 1:00 PM EST. For further inquiries, contact Dan Feng Lu at DanFeng.Lu@va.gov.