Minneapolis VAMC Wheelchair Transportation Services SB Set-Aside Solicitation
ID: 36C26325R0001Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Special Needs Transportation (485991)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: TAXICAB (V226)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for wheelchair transportation services for the Minneapolis Veterans Affairs Medical Center (VAMC) under a Total Small Business Set-Aside. The contract aims to provide safe and reliable transportation for wheelchair-bound veterans, with specific requirements for vehicle specifications, driver qualifications, and adherence to safety regulations, spanning a base period of 12 months with options for four additional 12-month periods, totaling approximately $19 million. This service is crucial for ensuring that veterans receive the necessary transportation to access healthcare services, reflecting the government's commitment to supporting their unique needs. Interested parties should review the attached solicitation documents carefully, noting key deadlines, including the proposal submission deadline extended to June 10, 2025, and contact Contracting Officer Jeffrey Brown at Jeffrey.Brown8@va.gov for further inquiries.

    Point(s) of Contact
    Jeffrey BrownContracting Officer
    Jeffrey.Brown8@va.gov
    Files
    Title
    Posted
    The Minneapolis Veterans Affairs Medical Center (VAMC) has issued a presolicitation notice for Wheelchair Transportation Services, categorized under a Small Business Administration set-aside. The solicitation number is 36C26325R0001, with responses due by 1:00 PM Central Time on March 13, 2025. This service will be performed at the Minneapolis VAMC located at 1 Veterans Drive, Minneapolis, MN 55417. The responsible contracting office is the Department of Veterans Affairs Network 23, situated in St. Paul, MN. No responses to this presolicitation are required; a formal solicitation will follow shortly after the deadline. The notice outlines the specific government codes relevant to the contract, including the Product Service Code (V226) and NAICS Code (485991). Overall, this notice serves as an initial step in the contracting process for wheelchair transportation services intended for veterans, following federal guidelines to encourage participation from small businesses.
    The U.S. Department of Labor's Wage Determination No. 2015-4945, Revision No. 27, outlines wage rates and fringe benefits for contractors under the Service Contract Act within specific counties in Minnesota and Wisconsin. It mandates minimum wage rates applicable under Executive Orders 14026 and 13658, dictating that contractors must pay covered workers at least $17.75 per hour for contracts signed after January 30, 2022, or $13.30 for contracts awarded between January 1, 2015, and January 29, 2022, unless a higher rate is stated. The document also references additional requirements such as paid sick leave, health benefits of $5.36 per hour, and vacation entitlements based on years of service. Various occupations and their corresponding wage rates are detailed, emphasizing adherence to regulations for compliance and worker protections. The summary provides a structured overview of wage requirements essential for government RFPs, grants, and contracts ensuring both employee rights and legislative compliance in federal contracting environments.
    The document outlines a Request for Proposal (RFP) for wheelchair van transportation services to support the Minneapolis Veterans Affairs Health Care System (MVAHCS). The primary contract aims to provide efficient and reliable transport for wheelchair-bound veterans, detailing requirements such as vehicle specifications, driver qualifications, service rates, and performance standards. The contract encompasses a base period of 12 months with options for four additional 12-month periods, amounting to approximately $19 million. Key aspects include stipulations for using qualified drivers and attendants, adherence to safety regulations, and maintenance of appropriate vehicles that comply with federal and state standards. The contractor must handle mileage-based billing with adjustments for additional needs and delays. A Quality Assurance Surveillance Plan (QASP) ensures oversight to maintain performance quality, with metrics set for response times, certifications, and incident reporting. This RFP exemplifies the government's commitment to providing specialized care for veterans, prioritizing their safety and operational efficiency, while fostering opportunities for small businesses. The document reflects standard contracting protocols ensuring compliance and accountability in fulfilling the transport needs of VA patients.
    The document is an amendment to a solicitation from the Department of Veterans Affairs (VA) regarding a contract for transportation services specifically for special needs transportation. The primary purpose of the amendment is threefold: to clarify the minimum and maximum spend values for the contract, which are set at $5,000 and $14,000,000 respectively; to increase specified dollar values in the order limitations clause; and to extend the proposal deadline to April 21, 2025. The contract will cover various transportation-related services over multiple periods, including base and option years, involving fixed-price contracts for services such as taxi transportation and additional attendants for patient transfers. The amendment also reiterates that all terms and conditions of the original solicitation are still in effect. This adjustment reflects the VA's intent to secure reliable transportation services tailored to veterans and their unique needs.
    The document outlines an amendment to a solicitation from the Department of Veterans Affairs, specifically under the contract number 36C26325R0001 for transportation services tailored to special needs. The key update indicates an extension of the proposal deadline to April 8, 2025, at 17:00 CDT. Additionally, certain line items related to unloaded miles fees have been removed due to limitations under 38 U.S.C. 111, which restricts the VA from compensating such charges. The document also details various rates and services for transportation, including base rates, rates per mile, additional driver fees, and wait time charges, spanning multiple contract periods from 2025 to 2030. This summary reflects the intention to adjust contractual obligations and maintain compliance with regulations governing VA services while facilitating necessary transportation solutions for eligible individuals. Overall, the amendment serves to amend the solicitation and modify contract terms as required.
    The document outlines the terms of an amendment to a solicitation involving wheelchair van transportation services for the Minneapolis VA Healthcare System. The amendment extends the proposal deadline to June 10, 2025, and adjusts the contract's performance period from August 2, 2025, to August 1, 2030. It addresses typographical corrections and clarifies aspects of the performance work statement, including changes to invoicing procedures and service expectations. The contractor is required to provide safe, accessible transportation for veterans, ensuring compliance with state regulations and VA guidelines. Key performance details include driver qualifications, maintenance standards for vehicles, and passenger safety protocols. The document emphasizes quality assurance, specifying a surveillance plan to assess contractor performance, which includes regular inspections and monitoring of service delivery. Additionally, it establishes an invoicing process and defines consequences for non-compliance with contractual obligations. The arrangement reflects the VA's commitment to delivering quality transportation services while ensuring veteran safety and satisfaction. Overall, the amendment serves to refine the original solicitation requirements and enhance the delivery of transportation services within VA healthcare.
    Similar Opportunities
    V119--Wheelchair Van Service
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for wheelchair van services for the Salisbury VA Healthcare System and its associated clinics. The contract will provide non-emergent transportation services 24/7, including weekends and holidays, with a minimum of 15 vans available to meet the needs of eligible veterans, including transportation to various facilities and local airports within North Carolina. Compliance with federal regulations, quality control standards, and specific vehicle and personnel requirements is essential for contractors, who must also utilize the VetRide transportation software for trip requests and invoicing. Interested parties should contact Contract Specialist Kamilah R Nye at Kamilah.Nye@va.gov for further details, and proposals must adhere to the outlined requirements to be considered for the contract.
    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.
    V212--Boston VA Healthcare System Special Mode/Wheelchair Van Transportaion Services
    Buyer not available
    The Department of Veterans Affairs is conducting market research to identify qualified vendors for Special Mode/Wheelchair Van Transportation Services for Veteran Beneficiaries in the Boston, Massachusetts area. The procurement aims to support an estimated 5,000 one-way trips per month, ensuring that veterans have access to necessary transportation services. This sources sought notice is part of the government's efforts to evaluate market capacity and may lead to a contract that could be set aside for small businesses or opened to full competition. Interested parties are invited to submit their organizational details and tailored capability statements by January 15, 2026, at 12:00 PM EST, to David Roy at David.Roy@va.gov and Sebastian Freeze at Sebastian.Freeze@va.gov.
    V212--Bedford VA Medical Center Special Mode/ Wheelchair Van Transportation
    Buyer not available
    The Department of Veterans Affairs, VISN 1, New England, is seeking qualified organizations to provide Special Mode/Wheelchair Van Transportation Services for Veteran Beneficiaries at the Bedford VA Medical Center in Bedford, Massachusetts. The procurement aims to identify capable parties to support an estimated requirement of approximately 1,000 one-way trips per month, contributing to the transportation needs of veterans in the area. This sources sought notice is part of market research to determine the acquisition method, which may include set-asides for small businesses or full and open competition. Interested parties are invited to submit their organizational details and tailored capability statements by January 15, 2026, at 12:00 PM EST, to sebastian.freeze@va.gov and david.roy@va.gov.
    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.
    V226--Detroit VAMC - Non-Emergency Medical Transportation Base 3 | Start: 1/1/2026
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for non-emergency medical transportation services for the John D. Dingell VA Medical Center in Detroit, Michigan, with a contract start date of January 1, 2026. The contractor will be responsible for providing both ambulatory and non-ambulatory transportation services, including all necessary vehicles, personnel, and management, available 24/7 to meet the needs of the VA and its associated clinics. This service is crucial for ensuring that veterans receive timely and efficient transportation to medical appointments, thereby enhancing their access to healthcare. Interested Service-Disabled Veteran-Owned Small Businesses must submit their quotations by December 16, 2025, at 1 PM EST, with an estimated contract value of up to $19 million.
    V225--Maine Ambulance unrestricted
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for unrestricted ambulance services, specifically Basic Life Support (BLS), Advanced Life Support (ALS), and Specialty Care Transport (SCT), for eligible Veteran beneficiaries within the VA Maine Healthcare System. The contractor will be responsible for providing all necessary labor, materials, and supervision under a firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contract, which spans five years with a minimum annual guarantee of $1,500 and an ordering ceiling of $5,500,000. These services are crucial for ensuring timely transport to and from the Togus VA, VA Community Based Outpatient Clinics in Maine, and other medical centers in Massachusetts and Vermont, with strict adherence to federal, state, and local regulations. Interested contractors should contact Contract Specialist Sterling R Mathews at sterling.mathews@va.gov for further details regarding the proposal submission process and requirements.
    VHA-Uber Health Connect Initiative
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the VHA-Uber Health Connect Initiative, aimed at enhancing healthcare delivery for veterans through innovative transportation solutions. This initiative focuses on program management and support services to facilitate the integration of Uber's transportation services within the Veterans Health Administration. The successful contractor will play a crucial role in improving access to healthcare for veterans, ensuring they receive timely and efficient services. Interested parties can reach out to Jaime Belletto at Jaime.Belletto1@va.gov or call 202-607-9452 for further details regarding the procurement process.
    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--Pre-Solicitation VA Sierra Nevada Health Care System Air Ambulance Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Air Ambulance Services, including ground transportation, for the VA Sierra Nevada Health Care System. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract that will provide emergent and non-emergent fixed-wing or rotary-wing transportation for eligible Veterans within a 300-nautical-mile radius, with provisions for additional mileage as necessary. This service is critical for ensuring timely medical transportation for Veterans, adhering to FAA, DOT, OSHA, and CAMTS/NAAMTA accreditation standards. Interested parties should note that the solicitation response due date has been extended to December 9, 2025, with a maximum contract value of $3,200,000.00 and a guaranteed minimum award of $2,500.00. For further inquiries, contact Timothy A. Smith at Timothy.Smith9de3@va.gov.