DLS Material Handler Contract (VA-25-00000414) for warehouses DLS and SDC
ID: 36C79125R0001Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFCOMMODITIES & SERVICES ACQUISITION SERVICE (36C791)DENVER, CO, 80225, USA

NAICS

Facilities Support Services (561210)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due May 2, 2025, 4:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals from certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the DLS Material Handler Contract (VA-25-00000414), which involves providing facility support staffing services for warehouses in Golden, Colorado, and Hines, Illinois. The contract encompasses a range of logistical activities, including receiving, storage, inventory management, packaging, and distribution of commodities essential to veterans' healthcare services, with a total estimated value of $40 million over five years. This procurement is critical for ensuring efficient operations within the VA's logistics framework, thereby enhancing service delivery to veterans. Proposals are due by May 2, 2025, and interested parties can contact Bradley Geghan at bradley.geghan@va.gov for further information.

Point(s) of Contact
bradley.geghan
bradley.geghan@va.gov
Files
Title
Posted
Apr 3, 2025, 3:08 PM UTC
The Material Handling RFP outlines requirements for prospective contractors to provide services related to material handling in government operations. The document includes an index of attachments, each serving specific functions such as position descriptions, standard operating procedures (SOPs) for various facilities, wage determinations for employees, warehouse maps, and quality assurance plans. Additionally, it addresses the non-displacement of qualified workers under service contracts and includes essential documentation for proposal submissions, like the past performance questionnaire and pricing sheet. The RFP emphasizes maintaining effective operations while ensuring compliance with regulatory standards and worker protections. The comprehensive attachment list supports contractors in understanding the expectations and guidelines necessary for their proposals, reflecting the government's commitment to operational efficiency and workforce integrity in material handling.
Apr 3, 2025, 3:08 PM UTC
The Combined Synopsis/Solicitation Notice outlines the Department of Veterans Affairs’ (VA) DLS Material Handler Contract (36C79125R0001) for warehouse support services. This Request for Proposals (RFP) seeks bids from certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide a range of logistical support activities across three locations: Golden and Lakewood, Colorado, and Hines, Illinois, with a total estimated value of $40 million over five years. The contractor will manage tasks including receiving, storage, inventory management, packaging, and shipping of commodities essential to veterans’ healthcare services. The contract is structured as a Firm Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ), ensuring no direct governmental supervision of contractor personnel, who will report only to their program managers and supervisors. A critical objective is maintaining a 95% accuracy level in operations. The period of performance is slated from July 1, 2025, with a mandatory phase-in period, and proposals are due by May 2, 2025. The notice emphasizes the necessity for cross-utilization of staff and adherence to various quality and performance standards as set forth in the performance work statement (PWS). This solicitation aims to enhance operational efficiency while prioritizing support for veterans' services.
The document outlines position descriptions for the DLS/SDC contract related to warehouse operations for the VA across three locations. It details anticipated tasks, experience requirements, and applicable service groups for various roles including Program Manager, Supervisor, and Material Coordinator. The Program Manager, requiring 10 years of relevant experience, is responsible for overseeing operations, managing staff, and ensuring compliance with standards and reporting. The Supervisor, with a minimum of 5 years in a similar role, trains Material Coordinators, assigns work, and monitors performance. Material Coordinators manage the flow of materials and are required to operate warehouse equipment. They must be capable of physical exertion related to warehouse tasks. The positions require compliance with government policies and successful completion of a Tier 1 Background Investigation. This document serves as a foundational guideline for staffing needs under government RFPs, indicating necessary qualifications and responsibilities to ensure efficient warehouse operations and compliance with federal requirements.
Apr 3, 2025, 3:08 PM UTC
The VA Denver Logistics Center (DLC) Standard Operating Procedures (SOP) outlines comprehensive guidelines for managing distribution processes within the center. It includes steps for receiving, sorting, and stocking incoming shipments from various carriers, with detailed instructions on documenting discrepancies and conducting quality assurance checks. The SOP identifies responsibilities for warehouse personnel and emphasizes the need for thorough inspections to maintain product integrity and compliance. Key procedures cover receiving deliveries, using VISTA for inventory management, and following specific protocols for pulling, packing, and shipping items, including those for TeleHealth services. The document highlights procedures for maintaining organization within the warehouse, such as using location tags for inventory control and adhering to first-in, first-out practices. This SOP is crucial for ensuring operational efficiency and regulatory adherence in delivering medical supplies to veterans. It emphasizes the importance of accuracy in order processing as well as safety protocols, reflecting the VA's commitment to providing quality service and support to veteran patients.
Apr 3, 2025, 3:08 PM UTC
The document outlines the Standard Operating Procedures (SOP) for the Enterprise Distribution Operations Section (EDOS) within the Service and Distribution Center (SDC) of the U.S. Department of Veterans Affairs. Its primary purpose is to delineate logistics operations for distributing vital products such as interment flags, forms, and publications, while also overseeing precious metals recycling and transportation services. The SOP encompasses mission statements, organizational structure, roles and responsibilities of staff, and outlines training requirements, operational procedures for inbound and outbound shipments, and inventory management. It emphasizes quality assurance and customer service, dictating systematic procedures for receiving, stocking, and shipping products while maintaining operational safety and compliance with federal regulations. This document serves as a comprehensive guide for employees to effectively manage logistics within the framework of supporting VA programs, underscoring the agency's commitment to efficiency and quality in service delivery to veterans. The SOP also includes specific protocols for handling precious metals, thereby ensuring financial accountability and security throughout operations.
Apr 3, 2025, 3:08 PM UTC
The Standard Operating Procedures (SOP) for the Healthcare Distribution Operations Section (HDOS) within the U.S. Department of Veterans Affairs outlines logistics procedures for distributing healthcare equipment, specifically sleep apnea machines and accessories, to veterans. Established in 2021, the SOP defines operations, roles, responsibilities, training requirements, and safety protocols essential for achieving the mission of timely delivery of quality medical supplies to veterans. Key elements include maintaining an efficient inventory system, adhering to compliance measures, and ensuring quality assurance during the supply chain management process. This document encompasses various sections, including organizational structure, operational functions, inventory management, report generation, and training protocols for both VA staff and contracted personnel. The SOP is critical for the oversight of logistics management, promoting accountability and safety while facilitating the efficient distribution of healthcare equipment. By adhering to these guidelines, the HDOS aims to improve veterans' healthcare experiences, ensuring the consistent and reliable provision of necessary medical supplies, all directed towards fulfilling the core mission of serving U.S. veterans.
Apr 3, 2025, 3:08 PM UTC
The document details specifications for a facility at 555 Corporate Circle, measuring approximately 18,000 square feet. It outlines electrical infrastructure including various outlet configurations and server cage requirements. Key features include multiple drops and outlets across different sections of the building, which are designed to support significant technical and operational demands. The layout appears to be tailored for efficient resource management, indicating an emphasis on logistical functionality for both sending and receiving operations. The mention of a warehouse suggests provisions for supply storage, aligning with operational needs for a government facility. The summary highlights the building's capacity to facilitate complex operations, common in response to federal or state requests for proposals (RFPs) and pertinent government projects, ensuring it meets essential operational and safety standards. This facility setup is indicative of a larger commitment to operational efficiency within government logistics and infrastructure projects.
Apr 3, 2025, 3:08 PM UTC
The document outlines the organizational layout and details of storage and operational spaces within a government facility, focusing on warehouse and inventory management. It specifies various storage sizes and formats, including shelving units, pallets, and high pallet racks, while providing measurements for each section. Key components include a detailed inventory system with designated areas for supplies and equipment alongside a structured approach to tracking and managing inventory, involving roles like Team Leads, Forklift Operators, and Shipping/Receiving Clerks. This meticulous breakdown ensures efficiency in logistics and aligns with government standards for inventory management in federal and local operations. The emphasis on precise measurements and organization aims to maintain a streamlined workflow and enhance productivity, reflecting the agency's commitment to optimal resource utilization. The document serves as a guideline for effective management and operational compliance, crucial for facilitating government RFPs and grants related to inventory and supply management.
Apr 3, 2025, 3:08 PM UTC
This document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, specifying minimum wage rates and occupational classifications for federal contracts in Colorado. It highlights required compliance with Executive Orders 14026 and 13658, mandating minimum wages of $17.20 and $12.90 per hour, respectively, depending on contract timelines. The wage determination includes detailed tables listing various occupations along with corresponding pay rates for 2024. Fringe benefits, including health and welfare components and paid leave provisions under Executive Order 13706, are also outlined. The contractor's obligations regarding sick leave, vacation, and holiday pay are specified, emphasizing the need for compliance to promote fair labor practices. Additionally, the document outlines processes for classifying unlisted occupations and obtaining additional wage rates through a conformance process. Overall, it serves to inform contractors of their responsibilities to workers on federal projects, ensuring equitable compensation and adherence to labor standards.
Apr 3, 2025, 3:08 PM UTC
The document outlines Wage Determination No. 2015-5017 by the U.S. Department of Labor under the Service Contract Act, indicating minimum wage and fringe benefits for specified occupations in Cook, Du Page, and McHenry counties in Illinois. Effective January 30, 2022, contracts require a minimum wage of $17.20 per hour for covered workers, or higher rates as specified for various job titles, including administrative, automotive, and healthcare occupations. The determination includes guidelines for annual adjustments in wages, health and welfare benefits, and annual leave policies. It emphasizes compliance with Executive Orders related to contractor obligations, providing paid sick leave, and proper classification of work not included in the existing wage determination. The document serves as a crucial reference for federal contractors in meeting labor standards and ensuring fair compensation in government contracts, highlighting the government's proactive stance on worker rights and vendor responsibilities.
Apr 3, 2025, 3:08 PM UTC
The FY 2023 Inventory Schedule outlines the inventory cycle counts and averages for various assistive devices and related products within the government sector. The document lists specific inventory dates across four quarters of the fiscal year, detailing counts for categories including Assistive Devices, Batteries, Accessories, Telehealth, Orthotic Softgoods, Assistive Listening Devices, and Prosthetic Socks. Each quarter's total cycle counts are recorded, providing insight into the frequency of inventory checks for these commodities. Notably, the overall count for the year across all categories totaled 40. The schedule also includes a wall-to-wall inventory conducted from September 4 to 15, 2023, further emphasizing meticulous tracking and management of inventory. The document adheres to VA standards for inventory management but leaves some sections with undefined averages, indicating areas of potential concern or data collection challenges. This inventory management process suggests a commitment to optimizing service delivery and resource allocation in assistive technologies, key to improving care and support for individuals in need. The systematic approach reflects adherence to compliance requirements, essential for federal and state programs aligned with healthcare systems and public service provision.
Apr 3, 2025, 3:08 PM UTC
The document outlines a travel request form primarily designed for federal employee travel. It contains sections dedicated to traveler information, trip details, air travel, POV (Privately Owned Vehicle) travel, lodging, miscellaneous travel costs, and total trip costs. The form requires comprehensive details from the traveler, including their name, position, trip location, purpose of travel, client requesting the travel, and costs associated with air travel, lodging, transportation, and meals. Specific sections ask for flight and hotel details, potential transportation costs, and any registration fees related to the trip. The main purpose of this form is to facilitate a systematic approach to documenting and approving travel expenses in adherence to federal policies regarding travel and reimbursement. By collecting detailed financial information upfront, the form aims to ensure accountability and compliance with budgetary constraints in government spending. The total cost calculations are essential for transparency and effective financial management, particularly in the context of federal grants and local RFPs where funding and expense accountability are critical.
Apr 3, 2025, 3:08 PM UTC
The provided document contains a corrupted or unreadable data file, rendering it impossible to extract relevant information regarding government RFPs, federal grants, or state and local RFPs. Due to the illegibility of the file content, no coherent topics, key points, or structural elements can be identified. As such, a detailed summary based on the provided text cannot be constructed. To fulfill the request effectively, a readable file or further context would be necessary to analyze and summarize the intended information regarding government solicitations and funding opportunities.
Apr 3, 2025, 3:08 PM UTC
The Quality Assurance Surveillance Plan (QASP) for Material Handling, issued by the Department of Veterans Affairs, outlines the methods and procedures for monitoring contractor performance under contract 36C79125DXXXX. Its purpose is to ensure compliance with performance standards and quality levels specified in the Performance Work Statement (PWS). Key components of the QASP include detailed roles and responsibilities for government personnel, including the Contracting Officer (CO) and Contracting Officer Representative (COR), as well as the contractor's obligations. The QASP emphasizes performance management strategies and establishes performance metrics for evaluating contractors, with definitions for ratings ranging from "Unsatisfactory" to "Exceptional." Monitoring methods, such as customer feedback, periodic inspections, and random monitoring, are highlighted, focusing on areas like service quality, adherence to schedules, and regulatory compliance. The document necessitates proper documentation and communication protocols to address performance discrepancies. The QASP aims to foster a partnership between the government and the contractor that prioritizes quality service delivery to veterans while enabling effective contractual oversight and continuous performance improvement. Regular assessments and updates ensure the plan adapts to changing circumstances, reinforcing the commitment to high standards in contracted services.
The 2025 Material Coordinator PWS includes Warehouse Behavior Standards that contractors and their staff must adhere to while on government premises. The document outlines required conduct, emphasizing awareness of surroundings, adherence to safety protocols, proper usage of personal protective equipment, and the importance of maintaining cleanliness in workspaces. It prohibits various forms of inappropriate behavior, such as harassment, theft, and insubordination, stressing the importance of professionalism and respect among all personnel. Violations of these standards, including the use of illegal substances and failure to follow work schedules, are explicitly forbidden. This document underscores the vital role of ethical behavior and compliance with safety regulations in promoting a productive work environment. The overarching purpose is to ensure that all contractors align with government expectations regarding workplace conduct, thereby contributing to a safe and efficient operation in the warehouse setting.
The document provides an overview of final rules implemented by the Department of Labor regarding two executive orders aimed at enhancing labor protections for workers involved in federal contracts. The first, Executive Order 14055, mandates that federal contractors and subcontractors offer jobs to qualified employees from predecessor contracts, ensuring job continuity and maintaining service standards. The rule outlines the standards and procedures necessary for enforcing these nondisplacement protections. The second executive order mentioned, Executive Order 13706, requires federal contractors to provide up to seven days of paid sick leave annually to covered employees, emphasizing family care. The document also includes compliance resources for contractors under the Contract Work Hours and Safety Standards Act (CWHSSA), alongside information on civil monetary penalties associated with labor law violations. These initiatives reflect the federal government’s commitment to safeguarding workers’ rights and ensuring fair labor practices within federally funded projects.
Apr 3, 2025, 3:08 PM UTC
The document is a Past Performance Questionnaire related to the solicitation #36C79125R0001 for Material Handling services. It requests feedback on an offeror referenced by a company that has prior experience with them. Companies must provide specifics about their contract, the offeror's role, and their contact information. The questionnaire includes a series of evaluative questions where the respondent rates the offeror's performance across several criteria using adjectival ratings ranging from Excellent (E) to Unsatisfactory (U). Key areas of performance include compliance with contractual terms, adherence to schedules, responsiveness to contract issues, staffing challenges, service standards, and any small business subcontracting plan requirements. The document emphasizes confidentiality, ensuring that responses remain anonymous and that contractors can address adverse remarks. This questionnaire is critical for assessing the offeror's reliability and capability in fulfilling government contracts, thereby informing the selection process in the context of RFPs and grants.
Apr 3, 2025, 3:08 PM UTC
The document outlines a pricing spreadsheet for material handling services associated with a government contract spanning from 2025 to 2030. It details various Contract Line Item Numbers (CLINs) for two localities: Denver, Colorado, and Hines, Illinois, specifying service and distribution center operations. The structure includes a base year and four option years, each identifying the service description, unit type (monthly), and performance period. The pricing information for each CLIN is currently marked as zero, indicating that it is yet to be filled. The contract values for the CLINs will accumulate over the five years, with specific annual totals required at each performance interval. Additionally, the document references wage determinations for material coordinators in both states, showcasing local labor rates. It underscores the need for precise documentation and cost estimation for compliance in government contracts, and emphasizes the importance of maintaining meticulous records related to the pricing and execution phases of the contract. The content illustrates the procedural and structural requirements essential for submitting RFPs and administering federal grants in a government context.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
V301--Move Services Contract
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified vendors to provide move services under a Sources Sought Notice for a Move Services Contract, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBCs). The primary objective is to identify capable small businesses that can deliver labor, supervision, materials, and equipment necessary for the relocation and installation of furniture and equipment across multiple VA locations, including the Long Beach VA Healthcare System and its associated outpatient clinics. This contract, valued at approximately $34 million under NAICS code 484210, emphasizes the need for qualified personnel such as Move Program Supervisors, Managers, Lead Installers, Installers, and Movers, all of whom must possess specific experience and regulatory knowledge. Interested parties must submit their responses via email to Felicia Simpson at felicia.simpson@va.gov by 1:00 PM EST on April 9, 2025, and must be registered in the System for Award Management (SAM) and the SBA Dynamic Small Business Search.
Q201--Durable Medical Equipment Services for Martinsburg VAMC
Buyer not available
The Department of Veterans Affairs is seeking proposals for Durable Medical Equipment (DME) services at the Martinsburg VA Medical Center (VAMC) in West Virginia. The contract encompasses a range of responsibilities including the pickup, delivery, setup, installation, disassembly, repair, preventive maintenance, site assessment, disposal, storage, and patient training related to Government-owned DME for veterans and beneficiaries in the region. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), has a minimum guarantee amount of $50,000 and emphasizes compliance with VA standards and safety regulations. Interested contractors should contact Contract Specialist Darcy Gray at darcy.gray2@va.gov, with the contract period running from June 15, 2025, through June 14, 2030.
Durable Medical Equipment (DME) and Home Medical Equipment (HME) storage, delivery and pick-up, and all other service
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide Durable Medical Equipment (DME) and Home Medical Equipment (HME) storage, delivery, pick-up, and related services at the Michael E. DeBakey VA Medical Center in Houston, Texas. The procurement aims to establish a five-year Indefinite Delivery Contract, focusing on the efficient management and delivery of essential medical equipment to veterans, ensuring compliance with safety and quality standards. This opportunity is set aside for small businesses, with proposals due by April 25, 2025, and will be evaluated based on the lowest price technically acceptable. Interested parties should contact Jeneice Matthews at jeneice.matthews@va.gov for further inquiries.
Courier Service St. Cloud VA Health Care System
Buyer not available
The Department of Veterans Affairs is seeking quotes for courier services for the St. Cloud VA Health Care System, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract will cover the transportation of medical supplies and specimens across designated locations, ensuring compliance with federal regulations and maintaining specimen integrity during transit. This procurement is critical for supporting healthcare operations, with a base contract period from August 1, 2025, to July 31, 2026, and four optional renewal years extending to July 31, 2030. Interested contractors must submit their quotes by April 25, 2025, and can direct inquiries to John Milroy at john.milroy@va.gov or 605-336-3230.
R602--619-25-4-9217-0192 Courier New Base Plus Three (VA-25-00059727)
Buyer not available
The Department of Veterans Affairs (VA) is soliciting proposals for courier services to transport reusable medical devices (RMD) for the Central Alabama Veterans Health Care System (CAVHCS). The selected contractor will be responsible for providing daily collections and deliveries between various VA facilities in Alabama, ensuring compliance with safety and health regulations while maintaining the integrity of sensitive medical materials. This firm-fixed-price contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will run from July 27, 2025, through July 26, 2026, with options for four additional years. Interested offerors must submit their proposals, including a capability statement and a CPARS report, by May 7, 2025, and may direct questions to Contracting Officer Sheryl Harris at sheryl.harris5@va.gov by April 28, 2025.
Q517--Staffing Service MbM
Buyer not available
The Department of Veterans Affairs is seeking proposals for staffing services under the Meds by Mail (MbM) program, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement aims to provide licensed pharmacists and certified pharmacy technicians to support prescription processing at facilities located in Georgia, Wyoming, and Tennessee, with an anticipated increase in workload over the next five years. This contract is crucial for ensuring efficient pharmaceutical services to veterans, with a total contract value of up to $100 million and a minimum guarantee of $2 million across five ordering periods. Interested parties should direct inquiries to Contract Specialist Nicholas L. Schulte at nicholas.schulte1@va.gov, with the proposal submission deadline currently suspended until further notice from the government.
Hines VA Hospital Janitorial Services (2/1/25-1/31/26
Buyer not available
The Department of Veterans Affairs is seeking proposals for janitorial services at the Edward Hines Jr. VA Hospital in Hines, Illinois, for the period from February 1, 2025, to January 31, 2026. The contract will require compliance with labor standards and healthcare cleaning protocols, emphasizing infection control and the maintenance of cleanliness in various hospital areas. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) companies, reflecting the government's commitment to supporting veteran entrepreneurs. Interested parties should submit their quotes by November 15, 2024, at 3:00 p.m. Central Time, and may direct inquiries to Contract Specialist Dustin Biermann at Dustin.Biermann@va.gov.
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 capable of providing 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 by April 14, 2025, with inquiries directed to Frank Sanders at frank.sanders1@va.gov.
J039--442 - Elevator Maintenance Service -
Buyer not available
The Department of Veterans Affairs is seeking quotes for Elevator Maintenance Services under solicitation number 36C25925Q0346, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract aims to ensure the proper maintenance and repair of elevators at the Cheyenne VA Health Care System, with a performance period from May 15, 2025, to May 14, 2026, and options for extension. This procurement is crucial for maintaining safe and efficient vertical transportation systems within veterans' healthcare facilities, emphasizing compliance with safety standards and best practices. Interested contractors must submit their proposals, including technical documentation and pricing, by April 22, 2025, and direct inquiries to Contracting Officer Danielle Kramer at danielle.kramer@va.gov or 303-712-5725.
S222--Waste Management
Buyer not available
The Department of Veterans Affairs is seeking proposals for waste management services under solicitation number 36C25725Q0482, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement includes the removal of pharmaceutical waste across various clinics in Texas coastal areas, requiring contractors to provide containers for RCRA and non-RCRA waste, conduct annual site audits, and ensure compliance with federal, state, and local regulations. This initiative underscores the importance of efficient hazardous waste management while promoting opportunities for veteran-owned businesses in federal contracting. Proposals are due by April 10, 2025, at 9:00 AM Central Time, and interested vendors can contact Contract Specialist Michael A. Grier at michael.grier@va.gov or 1-210-996-8817 for further information.