R602--Courier Service VISN22 West Sites
ID: 36C26225Q0935Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Couriers and Express Delivery Services (492110)

PSC

SUPPORT- ADMINISTRATIVE: COURIER/MESSENGER (R602)

Set Aside

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

    The Department of Veterans Affairs, through the Network Contracting Office 22, is seeking proposals for courier services under solicitation number 36C26225Q0935, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The contractor will be responsible for transporting medical specimens and supplies across various VA facilities in California, ensuring timely and secure deliveries, including over 50 daily, weekly, and emergency courier runs. This procurement is critical for maintaining the operational efficiency of healthcare services provided to veterans, with proposals due by August 18, 2025, at 10:00 AM PDT. Interested parties can contact Contract Specialist Clift Domen at Clift.Domen@va.gov or by phone at 562-766-2241 for further information.

    Point(s) of Contact
    Clift DomenContract Specialist
    (562) 766-2241
    Clift.Domen@va.gov
    Files
    Title
    Posted
    This document is an amendment to a combined solicitation (Number 36C26225Q0935) for courier services for VISN22 West Sites, issued by the Department of Veterans Affairs. The solicitation, identified by NAICS Code 492110 and Product Service Code R602, is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). The response deadline is August 14, 2025, at 10 AM Pacific Time, Los Angeles, USA. The contracting office is located in Long Beach, CA, and the point of contact is Contract Specialist Clift Domen. Further details, including location specifics and the amendment itself, are provided in the attached document "Amendment 0001.pdf."
    This document is an amendment to a previous combined solicitation, identified as Solicitation Number 36C26225Q0935, for Courier Service VISN22 West Sites. The contracting office is the Department of Veterans Affairs, Network Contracting Office 22, located in Long Beach, CA. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under Product Service Code R602 and NAICS Code 492110. The response date for this solicitation is August 18, 2025, at 10 AM Pacific Time, Los Angeles, USA. The primary point of contact is Contract Specialist Clift Domen. The place of performance is VISN 22 West Sites, with specific location details provided in attachments. This amendment, specifically "Amendment 0002," contains additional information that interested parties are directed to review via the attached document.
    The Department of Veterans Affairs is seeking proposals for courier services under solicitation number 36C26225Q0935, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This request outlines a one-year firm-fixed-price Indefinite-Delivery Indefinite-Quantity (IDIQ) contract that could extend for up to four additional one-year periods. Contractors must adhere to specific delivery requirements, covering multiple VA facilities in California and surrounding areas. The successful bidder will need to demonstrate experience in transporting medical specimens and surgical instruments, providing a narrative summary and references as evidence. Proposals must be submitted electronically by August 14, 2025, with pricing details included in Attachment A and compliance documentation required in several categories. The overall goal is to ensure reliable and efficient courier services for Veterans Affairs, supporting the operational needs of healthcare facilities under the jurisdiction of VISN 22. The competitive process emphasizes fair pricing and compliance with established federal regulations, ensuring that services are tailored to meet the unique demands of medical logistics within the VA network.
    This document is an amendment to a combined solicitation issued by the Department of Veterans Affairs for courier services in the VISN 22 West Sites. The solicitation number is 36C26225Q0935, with a response deadline set for August 14, 2025, at 10 AM Pacific Time. The contracting office is located in Long Beach, California, and the contact person for inquiries is Contract Specialist Clift Domen. The service falls under the Product Service Code R602 and NAICS Code 492110, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Additional details, including location specifics, are provided in the attached document, Amendment 0001. The original solicitation will be archived 15 days after the response date. This amendment represents the federal government's ongoing commitment to support veteran-owned businesses in providing essential services.
    This document is an amendment to a solicitation for the Department of Veterans Affairs, Network Contracting Office 22, specifically for Project Number 36C26225Q0935. The effective date of this amendment is August 4, 2025. The purpose of this amendment is to provide answers to vendor questions regarding the solicitation. A key clarification addresses the transportation of lab specimens: the listed courier runs do not require the transportation of surgical instruments, but rather focus on lab specimens, blood products, reagents, or supplies. This amendment ensures that all offerors are aware of the updated information, and it specifies the methods for acknowledging receipt, emphasizing that failure to do so by the specified time may result in the rejection of an offer. All other terms and conditions of the original solicitation remain unchanged.
    This document is an amendment to a solicitation issued by the Department of Veterans Affairs, Network Contracting Office 22. The primary purpose of this amendment, designated as "0002" and effective "08-14-2025", is to extend the deadline for the receipt of offers. The original deadline of August 14, 2025, 10:00 AM PDT, has been extended to August 18, 2025, 10:00 AM PDT. All other terms and conditions of the solicitation, identified by number "36C26225Q0935", remain unchanged. Offerors must acknowledge receipt of this amendment by returning copies of the amendment, acknowledging it on their offer, or sending a separate communication, ensuring it is received by the new deadline to avoid rejection of their offer.
    This document serves as an amendment to a solicitation issued by the Department of Veterans Affairs regarding transportation services for lab specimens. The amendment outlines a response to vendor inquiries, clarifying the requirement that lab specimens must not be transported alongside surgical instruments. The document indicates that transportation logistics involve samples, blood products, and potentially related supplies, and emphasizes that these needs should be priced separately, without combining geographic synergies for runs designated for surgical instruments. Key details include submission guidelines for acknowledging the amendment by interested offerors, as well as a reminder of the consequences if submission timeframes are not met. The purpose of this document is to provide clarity on the specifications of the RFP, ensuring potential contractors understand the requirements and can submit compliant proposals. Overall, the amendment strengthens the solicitation process by addressing vendor questions, thereby facilitating effective responses to the government’s needs.
    The document is a CLIN (Contract Line Item Number) run sheet for delivery routes in Greater Los Angeles, Long Beach, and San Diego. It lists various line items, each referencing
    This government Request for Proposal (RFP) outlines the need for courier services to transport specimens and other items for Veterans Integrated Service Network 22 (VISN 22) Healthcare Facilities and Community Outpatient Clinics in California. The contractor must provide all necessary labor, insurance, supervision, transportation, vehicles, fuel, and supplies. The document details numerous facilities, including main hospitals and outpatient clinics across Greater Los Angeles, Long Beach, and San Diego areas. It specifies over 50 daily, weekly, and as-needed courier runs, including time-sensitive and emergency deliveries of lab specimens and blood bank products. Key requirements include drivers maintaining valid California licenses, being over 21, and adhering to strict safety and confidentiality protocols. The contractor is responsible for a quality control program, detailed record-keeping, and 24/7 availability for emergency calls, with all services encompassing overtime, weekends, and holidays within the contract price.
    This Business Associate Agreement (BAA) between the Department of Veterans Affairs (VA) Veterans Health Administration and a specified company outlines requirements for handling Protected Health Information (PHI) under HIPAA and HITECH Acts. The company provides services to the VA facility, necessitating the exchange of PHI. Key terms like "Business Associate" and "Covered Entity" are defined per HIPAA Rules. The agreement establishes that PHI remains the property of the Covered Entity. It dictates how the Business Associate can use and disclose PHI, emphasizing compliance with the HIPAA Privacy Rule, minimum necessary policies, and data aggregation services. The Business Associate must implement safeguards, notify the Covered Entity of any PHI breaches within 24 hours, and provide a detailed written report within ten business days. It also mandates that subcontractors are located within US jurisdiction and comply with similar restrictive agreements. The Business Associate must assist the Covered Entity in responding to individual requests for PHI access, amendment, or accounting. The agreement also details obligations of the Covered Entity, amendment procedures, and termination conditions. Upon termination, PHI must be returned or destroyed, with provisions for continued safeguarding if retention is necessary. The Business Associate is liable for any HIPAA violations. The agreement is subject to biennial review by the Covered Entity.
    The document outlines a Request for Proposal (RFP) related to delivery routes in Greater Los Angeles, Long Beach, and San Diego. It lists a series of line item numbers (CLIN) and corresponding quantities for delivery items, with specific reference to "Attachment B" for detailed information on services rendered. The pricing fields for unit and extended prices remain blank, indicating that bids have yet to be submitted or finalized. The total delivery quantities vary by location, with Los Angeles and Long Beach showing consistent item distribution and San Diego having additional line items. The document serves as a framework for contractors to provide pricing and service capabilities in response to the RFP, which is essential for local and federal government operations involved in logistics and supply chain management. It emphasizes the structured procurement process, ensuring that all necessary specifications are met effectively and efficiently.
    The document outlines the Statement of Work for courier services required by the Veterans Integrated Service Network 22 (VISN 22) Healthcare Facilities in California. The contractor is responsible for transporting specimens and items between various VA hospitals and community outpatient clinics, providing necessary materials and services at no cost to the government. The contract specifies transportation of items like fluids, blood, and surgical items, ensuring same-day delivery and pickup with a demand for timely, safe handling. It details the precise locations, estimated frequencies for deliveries, and specific requirements for courier operations, including the qualification of drivers, vehicle maintenance, and emergency protocol. The contractor is obligated to maintain records, conduct regular service evaluations, and ensure confidentiality of patient information as mandated by federal laws. The overall aim is to facilitate efficient logistics for the VA healthcare facilities while adhering to safety standards and regulatory compliance. This document serves as a critical guideline for potential contractors seeking to provide necessary courier services to support the healthcare needs of veterans.
    The Business Associate Agreement (BAA) between the Department of Veterans Affairs (VA) and the specified company establishes protocols for the handling of Protected Health Information (PHI) in accordance with HIPAA and HITECH regulations. The agreement outlines the roles of the Business Associate and the Covered Entity, stipulating that the Company may receive and manage PHI only as authorized and must comply with HIPAA standards for security and privacy. Key provisions include measures for the safeguarding of PHI, obligations to report breaches within specified timeframes, and the requirement for Business Associates to only work with compliant Subcontractors. The BAA emphasizes that PHI remains the property of the Covered Entity and mandates actions such as de-identification of PHI and timely reporting of any privacy incidents. Additionally, the document details the termination conditions and responsibilities of both parties regarding PHI's handling post-agreement. The agreement's effectiveness and compliance will be reviewed biennially, underlining the importance of adhering to current laws and regulations governing health information. This BAA framework is essential for ensuring patient privacy and the legal management of health information in the VA's healthcare operations.
    This government file is a wage determination for service contracts in Imperial County, California, under the Service Contract Act. It outlines minimum wage rates based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on the contract award or renewal date. The document lists specific hourly wage rates for numerous occupations across various fields, including administrative, automotive, food service, healthcare, and IT, with footnotes for certain classifications like computer employees and air traffic controllers. It details fringe benefits, including health and welfare ($5.55/hour or $5.09/hour for EO 13706 contracts), vacation (2-4 weeks), and eleven paid holidays. Additionally, it specifies hazardous pay differentials (4% or 8%), uniform allowances, and the conformance process for unlisted job classifications using Standard Form 1444.
    The document outlines wage determinations under the Service Contract Act as mandated by the U.S. Department of Labor. It indicates that contracts subject to the Act must comply with minimum wage standards established by Executive Orders 14026 and 13658, applicable based on contract award dates. For contracts awarded post-January 30, 2022, the minimum wage is set at $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, require a minimum wage of $13.30 per hour. The file includes a detailed wage schedule for various occupations within California’s Imperial County, specifying rates for jobs ranging from administrative support to health occupations. It also outlines fringe benefits, including health and welfare, paid vacation, and holidays, as well as requirements for sick leave per Executive Order 13706. Additional notes address requirements for uniform allowances, hazardous pay differentials, and a process for requesting authorization for additional classifications. Overall, the document serves to ensure compliance with labor standards for contractors engaged in federal service contracts, promoting fair wages and benefits in the workforce under the service contract framework.
    The document is a federal wage determination (No. 2015-5603, Revision 28, dated 07/08/2025) for service contracts in Kern County, California, under the Service Contract Act. It outlines minimum wage requirements based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on contract award or renewal dates. The document lists numerous occupational categories and their corresponding hourly wage rates, along with required fringe benefits, including health and welfare (either $5.55/hour or $5.09/hour for EO 13706), vacation, and eleven paid holidays. It details specific conditions for computer employees and air traffic controllers/weather observers regarding exemptions and night/Sunday pay. Hazardous pay differentials (8% or 4%) and uniform allowances are also specified. The document concludes with the conformance process for unlisted job classifications, emphasizing the use of the "Service Contract Act Directory of Occupations".
    The document outlines the Wage Determination No. 2015-5603, relevant under the Service Contract Act, detailing minimum wage requirements for federal contracts. It specifies rates applicable for contracts initiated or renewed from January 30, 2022, stating workers must earn at least $17.75 per hour under Executive Order 14026, or $13.30 per hour per Executive Order 13658 for contracts awarded between January 1, 2015, and January 29, 2022. The document lists various occupations with corresponding wage rates and outlines requirements for fringe benefits, health and welfare contributions, paid sick leave, vacation, and holiday entitlements for employees. It emphasizes contractor obligations, including compliance with set wage rates and additional classifications for unlisted occupations. Furthermore, it details the conformance process for any unlisted employee roles. This wage determination aims to ensure equitable pay and worker protections under federal contracts, reinforcing labor standards in relation to government-funded services, thereby facilitating compliance for contractors involved in federal, state, and local RFPs.
    This government file, Wage Determination No. 2015-5613, Revision No. 30, issued by the U.S. Department of Labor, outlines minimum wage rates and fringe benefits for service contract workers in Los Angeles County, California, effective July 8, 2025. It details applicable minimum wage rates under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), based on contract award dates. The document specifies general fringe benefits including health & welfare, vacation, and eleven paid holidays. It also provides specific occupational wage rates for various fields, notes on computer employees and air traffic controllers, hazardous pay differentials, and uniform allowances. The conformance process for unlisted job classifications is thoroughly described, emphasizing adherence to the Service Contract Act Directory of Occupations.
    The document presents Wage Determination No. 2015-5613 issued by the U.S. Department of Labor under the Service Contract Act (SCA). It outlines the minimum wage rates and fringe benefits required for contractors working in California, specifically in Los Angeles County. Contracts awarded on or after January 30, 2022, must pay at least $17.75 per hour, while earlier contracts must pay a minimum of $13.30, unless a higher wage rate is indicated. The document details various occupations and their corresponding wage rates, along with additional considerations such as required health and welfare benefits, vacation, holidays, and paid sick leave stipulations. Furthermore, it discusses the conformance process for unlisted job classifications and specific compensation for roles involving hazards or requiring uniforms. The content is aimed at ensuring compliance with federal wage regulations and protecting workers' rights in government contracts, a critical aspect of federal grants and RFPs.
    This document, Wage Determination No. 2015-5645 Revision No. 29, issued by the U.S. Department of Labor, details minimum wage rates and fringe benefits for service contracts in Orange County, California. It specifies that contracts entered into or renewed after January 30, 2022, must pay at least $17.75 per hour (Executive Order 14026), while those awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour (Executive Order 13658). The document lists various occupations with their corresponding hourly rates, alongside provisions for health and welfare benefits ($5.55/hour or $5.09/hour if EO 13706 applies), vacation (2-4 weeks based on service), and 11 paid holidays. It also outlines guidelines for hazardous pay differentials, uniform allowances, and the conformance process for unlisted job classifications.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, outlining minimum wage rates and fringe benefits for various occupations in California's Orange County effective for contracts awarded post-January 30, 2022. It specifies that covered contractors must adhere to the minimum wage of at least $17.75 per hour under Executive Order 14026 or $13.30 under Executive Order 13658 for relevant contracts prior to that date. The document categorizes occupations along with corresponding wage rates and notes required fringe benefits, including health and welfare payments, vacation time, and holidays. Specific provisions are included for additional classifications not listed, as well as guidelines for contractors regarding uniform allowances and hazardous pay differentials. This information serves to ensure compliance and protect worker rights in federal contracts, facilitating transparency and standardization across various service roles in the designated area.
    This document, Wage Determination No. 2015-5629, Revision No. 27, issued by the U.S. Department of Labor, outlines the minimum wage rates and fringe benefits for service contract employees in Riverside and San Bernardino Counties, California. It details two executive orders, 14026 ($17.75/hour) and 13658 ($13.30/hour), that determine the applicable minimum wage based on contract award/renewal dates for 2025, with annual adjustments. The document lists numerous occupations across various fields—from administrative and automotive to healthcare and IT—along with their specific hourly wage rates. It also specifies fringe benefits, including health & welfare ($5.55/hour or $5.09/hour if EO 13706 applies), vacation (2-4 weeks based on service), and eleven paid holidays. Special provisions cover computer employees, air traffic controllers, weather observers, hazardous pay differentials, and uniform allowances. The document concludes with the conformance process for unlisted job classifications, emphasizing adherence to the Service Contract Act Directory of Occupations for proper classification and wage determination.
    The document presents an updated wage determination under the Service Contract Act (WCA) by the U.S. Department of Labor, specifying wage rates and benefits for various occupations in Riverside and San Bernardino Counties, California. Effective January 30, 2022, contracts must pay at least $17.75 per hour as per Executive Order 14026, with earlier contracts now governed by Executive Order 13658 requiring a minimum of $13.30 per hour if not renewed after the cutoff date. The document outlines specific wage rates for numerous job classifications, including clerical positions, automotive service, healthcare roles, and technical occupations. Fringe benefits such as health and welfare payments, vacation, and holiday entitlements are also detailed, with contractors required to comply with standards for paid sick leave. Notably, the document emphasizes compliance conditions, including explicit wage adjustments, occupational classifications subject to review, and guidelines for submitting requests for additional classifications and wage rates not included in the initial determination. The overall goal is to ensure fair compensation for service employees while adhering to federal regulations in contract administration.
    This document, Wage Determination No. 2015-5635, Revision No. 28, outlines the minimum wage rates and benefits for various occupations under the Service Contract Act in San Diego County, California. It specifies different minimum wage requirements based on the contract award date and applicable Executive Orders (EO 14026 at $17.75/hour and EO 13658 at $13.30/hour for 2025). The document details fringe benefits including health & welfare, vacation, and holidays. It also provides specific footnotes for computer employees and air traffic controllers/weather observers regarding their exemption status or special pay differentials (night and Sunday pay). Additionally, it addresses hazardous pay differentials for work with ordnance, uniform allowances, and the conformance process for unlisted job classifications, emphasizing adherence to the "Service Contract Act Directory of Occupations."
    This document, Wage Determination No. 2015-5643, Revision No. 24, issued by the U.S. Department of Labor, Wage and Hour Division, outlines the minimum wage rates and fringe benefits for service contract employees in San Luis Obispo County, California. It specifies compliance with Executive Orders 14026 and 13658, setting minimum hourly wages at $17.75 and $13.30, respectively, based on contract award dates and renewals. The document lists various occupations with their corresponding hourly rates, noting that some may be subject to higher minimum wages under the Executive Orders. It also details fringe benefits, including health & welfare, vacation, and twelve paid holidays. Special provisions cover computer employees, air traffic controllers, weather observers, hazardous duty pay, and uniform allowances. The document concludes with the conformance process for unlisted job classifications, emphasizing the importance of aligning duties with existing classifications to ensure fair compensation.
    The document is a Wage Determination under the Service Contract Act by the U.S. Department of Labor. It outlines wage and fringe benefit requirements for federal contracts in San Diego, California, operational from 2025. It specifies that contracts after January 30, 2022, must pay covered workers a minimum of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, maintain a minimum of $13.30 per hour. The listing includes various occupations, their corresponding wage rates, and mandated fringe benefits, such as health and welfare contributions and paid sick leave under Executive Order 13706. These guidelines ensure fair compensation and benefits compliance for contractors and subcontractors. The document also discusses the process for any unlisted worker classifications and the requirements around uniform costs and hazardous duty pay differentials. This wage determination is critical for compliance in government RFPs, federal grants, and local contracting agreements, ensuring that all involved workers receive appropriate compensation and benefits as mandated by federal labor laws.
    The document titled "Register of Wage Determinations under the Service Contract Act" outlines wage standards for federal contracts. It specifies minimum wage rates required under Executive Orders 14026 and 13658, applicable based on the contract date and its renewal status. For contracts initiated on or after January 30, 2022, workers must be paid at least $17.75 per hour, while contracts awarded between 2015 and January 29, 2022, must pay a minimum of $13.30 unless a higher rate is noted. The document details wage rates for various occupations in California's San Luis Obispo County, including administrative support, automotive services, health occupations, and more. It specifies that fringe benefits for all occupations include health and welfare payments, vacation, and holiday entitlements. It also addresses obligations related to uniform allowances and paid sick leave under Executive Order 13706. This comprehensive guidance ensures compliance with labor standards, urging contractors to adhere to the stipulated wage rates and benefits for employees covered under the Service Contract Act. The document serves as a critical resource for federal agencies, contractors, and procurement officials involved in contract management and labor compliance.
    This government file, Wage Determination No. 2015-5647, issued by the U.S. Department of Labor, sets out the minimum wage rates and fringe benefits for service contract workers in Santa Barbara County, California, for 2025. It details hourly rates for various occupations, from administrative support to technical roles. The document emphasizes adherence to Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for applicable contracts, with annual adjustments. It also outlines paid sick leave requirements under EO 13706, providing one hour of leave for every 30 hours worked, up to 56 hours annually. Fringe benefits include health and welfare, vacation accrual (2-4 weeks based on service), and twelve paid holidays. Special provisions cover computer employees (exemptions apply), night and Sunday pay for air traffic controllers and weather observers, hazardous duty differentials (4% or 8%), and uniform allowances. The document also details the conformance process for unlisted job classifications, ensuring fair compensation for all covered employees.
    The document is the "Register of Wage Determinations Under the Service Contract Act" issued by the U.S. Department of Labor. It outlines wage rates for various occupations in California, specifically in Santa Barbara County, indicating minimum wages that must be paid to workers employed under federal contracts. Notably, contracts initiated or renewed after January 30, 2022, must comply with Executive Order 14026, mandating a minimum hourly wage of $17.75 in 2025, while contracts awarded between January 1, 2015, and January 29, 2022, are subject to Executive Order 13658 with a minimum wage of $13.30. The document includes a detailed table with occupation codes, job titles, and corresponding hourly wages, complemented by information regarding fringe benefits such as health & welfare, vacation, and holidays. Additionally, it specifies compliance obligations related to paid sick leave for federal contractors and outlines procedures for requesting additional classifications and wage rates for unlisted job titles. This document serves as a vital resource for contractors involved in federal projects, ensuring they meet legal wage requirements to protect workers and ensure fair compensation. It emphasizes the commitment of the government to uphold labor standards and protect employee rights within the framework of federal contracts.
    This government file, Wage Determination No. 2015-5625, outlines the minimum wage rates and benefits for service contract workers in Ventura County, California, under the Service Contract Act. It details two main Executive Orders: EO 14026, setting a minimum of $17.75 per hour for contracts entered into or renewed on/after January 30, 2022, and EO 13658, setting $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022, not subsequently renewed. The document specifies annual wage adjustments and directs users to www.dol.gov/whd/govcontracts for more information. It lists various occupations with their respective hourly rates, highlighting classifications potentially eligible for a higher minimum wage. Fringe benefits include health and welfare ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation (2 weeks after 1 year, 3 after 5, 4 after 15), and eleven paid holidays. It also addresses specific conditions for computer employees, night/Sunday pay for air traffic controllers and weather observers, hazardous pay differentials (8% or 4%), and uniform allowances. The document concludes with the conformance process using SF-1444 for unlisted occupations, emphasizing that duties, not titles, determine classification.
    The document outlines wage determinations under the Service Contract Act by the U.S. Department of Labor's Wage and Hour Division. It indicates that contracts initiated or renewed after January 30, 2022, must pay a minimum wage of at least $17.75 per hour, while earlier contracts (awarded between 2015 and 2022) that are not renewed must comply with a lower rate of $13.30. Additionally, the file includes specific wage rates for various occupations in Ventura County, California, detailing positions across administrative support, automotive services, food preparation, healthcare, and more. Workers are also entitled to health benefits, paid vacation, and holidays. Furthermore, the document discusses provisions for potential uniform costs and guidelines for classifying and compensating employees not listed in the wage determinations. It emphasizes adherence to Executive Orders that establish minimum wage and sick leave requirements for federal contractors, aiming to protect worker rights in government contracts. This guidance is essential for compliance with federal contracting processes and ensures fair compensation for service employees.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Special Mode Transportation for VA Northern California Health Care System
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 21, is seeking qualified vendors to provide non-emergency special mode transportation services for the VA Northern California Health Care System. The contractor will be responsible for delivering transportation services on an "as needed" basis, 24 hours a day, 7 days a week, for a period of five years starting around June 1, 2026, including the provision of gurney, wheelchair, and secure car transportation, as well as oxygen tanks when required. This procurement is critical for ensuring that veterans receive timely and safe transportation to various healthcare facilities across Northern California. Interested vendors, particularly Service-Disabled Veteran-Owned, Veteran-Owned, and other Small Businesses, are encouraged to submit their responses, including company information and pricing details, to Emily Trinh at emily.trinh@va.gov by December 30, 2025, at 12:00 PM PST.
    R602--Courier services for FL CBOCs - Pensacola and Panama City
    Buyer not available
    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.
    Courier Services for General and Pharmacy Supplies
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide courier services for general and pharmacy supplies for the Hershel Woody Williams VA Medical Center located in Huntington, West Virginia. The procurement involves 24/7 on-call transportation of supplies within the Tri-State area and to specific VA clinics, with a fixed-price contract type and a base performance period from February 1, 2026, to January 31, 2027, along with two optional one-year extensions. This service is crucial for ensuring timely delivery of medical supplies, which supports the healthcare needs of veterans. Interested parties should contact Naana Owusu-Ansah at naana.owusu-ansah@va.gov for further details and to access the solicitation document.
    V119--Philadelphia VAMC - Wheelchair Van Transportation Services
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 4, is seeking qualified contractors to provide Wheelchair Van Transportation Services for the Philadelphia Veterans Affairs Medical Center (VAMC). The procurement aims to establish a contract for non-emergency medical transportation services, specifically designed to accommodate wheelchair-bound veterans, with a focus on ensuring reliable and efficient transportation over a five-year period. This service is critical for facilitating access to medical appointments and enhancing the overall care experience for veterans. Interested parties must submit their proposals by December 12, 2025, at 10:00 AM, and all inquiries should be directed to Contract Specialist Cynthia A. Laemmerhirt at Cynthia.Laemmerhirt@va.gov. The contract will be set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 485991, with a size standard of $19 million.
    Non-Emergent Medical Transportation Services - Phoenix VA Healthcare System
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Non-Emergent Medical Transportation Services for the Phoenix VA Healthcare System (PVAHCS) and its associated clinics. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide 24/7 transportation services, including wheelchair, stretcher, and ambulatory transport, while adhering to strict operational standards, including vehicle maintenance, driver qualifications, and compliance with HIPAA regulations. This service is crucial for ensuring that veterans receive timely and safe transportation for medical appointments and other healthcare needs. Interested parties must submit their proposals by 10:00 AM MT on December 10, 2025, to Katharine Robert at katharine.robert@va.gov, with the anticipated contract period running from January 1, 2026, to December 31, 2030, and an estimated contract value of $19 million.
    Valet Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Valet Services at multiple locations within the North Texas Health Care System, including Dallas, Fort Worth, and Bonham. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires the contractor to provide professional valet services, including managing vehicle traffic, securing vehicles, and ensuring timely service for disabled veterans and visitors. This service is crucial for enhancing accessibility and convenience at VA facilities, with a contract duration from January 28, 2026, to January 27, 2027, and four optional one-year extensions potentially extending to January 27, 2031. Interested parties should contact Dayna Cantu at dayna.cantu@va.gov or Shannon Hodgson at shannon.hodgson@va.gov for further details, and proposals must adhere to the outlined evaluation criteria and submission deadlines.
    V225--Non-Emergent Ground Ambulance CON54 Southern Arizona VA Health Care System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for non-emergency ground ambulance transportation services for the Southern Arizona VA Health Care System (SAVAHCS). The contractor will be responsible for providing Basic Life Support (BLS), Advanced Life Support (ALS), Specialty Care Transport (SCT), and Critical Care Transport (CCT) services, ensuring availability 24/7, including weekends and holidays. These services are crucial for the timely and effective transportation of patients within the VA healthcare system, adhering to state regulations and standards. Interested contractors should note that the solicitation (No. 36C26226Q0121) has a base period from February 1, 2026, to September 30, 2026, with four one-year options extending through September 30, 2030. For further inquiries, contact Rochelle Bennett at Rochelle.Bennett@va.gov or Mayte Diaz at Mayte.Diaz@va.gov.
    2510--UTV-Mini Ambulance
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified sources to provide a UTV-Mini Ambulance for the VA San Diego Intensive Care Unit (ICU) as outlined in Sources Sought Notice (SSN) 36C26226Q0171. The procurement aims to identify potential vendors, particularly Veteran-owned and small businesses, capable of delivering a gasoline-powered MedSTAT enclosed UTV ambulance equipped for rapid response and Code Blue emergencies, with specific features such as run-flat tires, locking doors, and patient compartments. This vehicle is crucial for enhancing emergency medical response capabilities on campus and at nearby transit stops. Interested vendors must respond with their business size, ability to meet the draft Statement of Work (SOW), and compliance with the Buy American Act, with inquiries directed to Contracting Officer Anthony Dela Cruz at anthony.delacruz@va.gov or by phone at 562-766-2284. A formal solicitation will be published later on SAM.gov or eBuy GSA.
    V225--Non-Emergent Ground Ambulance CON120 Southern Arizona VA Health Care System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for non-emergency ground ambulance transportation services for the Southern Arizona VA Health Care System (SAVAHCS) and its associated clinics. The contractor will be responsible for providing Basic Life Support (BLS), Advanced Life Support (ALS), Specialty Care Transport (SCT), and Critical Care Transport (CCT) services, available 24/7, including weekends and holidays. This contract is crucial for ensuring timely and effective medical transportation for veterans, with a base period from February 1, 2026, to September 30, 2026, and four one-year options extending the contract until September 30, 2030. Interested contractors must possess a "Certificate of Necessity" from the Arizona Department of Health Services and can direct inquiries to Rochelle Bennett at Rochelle.Bennett@va.gov or Mayte Diaz at Mayte.Diaz@va.gov.
    NATIONAL OPERATIONAL/MAILING SUPPLIES
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a five-year Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to supply operational and mailing supplies for seven Consolidated Mail Outpatient Pharmacy (CMOP) locations across the United States. This procurement includes a variety of essential items such as resealable bags, corrugated boxes, durable poly mailers, and child-resistant medical pouches, all of which must meet stringent specifications for safety and compliance with postal regulations. The contract aims to standardize purchasing processes, ensure fair pricing, and maintain high-quality service for the delivery of Veteran prescriptions. Interested vendors should contact Kelly L Mann at kelly.mann@va.gov or Larry Zaritz at larry.zaritz@va.gov, with a guaranteed minimum award of $50,000 and a maximum aggregate value of $49 million per contract. Proposals must be submitted by the specified deadlines, and vendors are required to be registered in SAM.gov.