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 to support the Minneapolis Veterans Affairs Health Care System (MVAHCS). This contract, designated as a Total Small Business Set-Aside, aims to provide reliable transport for wheelchair-bound veterans, with specific requirements for vehicle specifications, driver qualifications, and performance standards. The contract encompasses a base period of 12 months with options for four additional 12-month periods, totaling approximately $19 million, emphasizing the importance of safety and operational efficiency in serving veterans. Interested parties should review the attached solicitation documents and direct inquiries to Contracting Officer Jeffrey Brown at Jeffrey.Brown8@va.gov.

    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.
    Similar Opportunities
    V212--Togus Special Mode Transport New
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals from service-disabled veteran-owned small businesses to provide wheelchair van transportation services for eligible veteran beneficiaries within the Maine healthcare system. The contract is structured as a firm-fixed-price, indefinite delivery, indefinite quantity (IDIQ) agreement with a five-year ordering period and a maximum award amount of $4.7 million, emphasizing the importance of reliable non-emergency transportation services for veterans. Key requirements include maintaining a 98% satisfaction rate, ensuring service availability seven days a week, and adhering to strict quality and safety standards, with queries due by April 24, 2025, directed to Contract Specialist David Roy at david.roy@va.gov.
    Columbia Wheelchair Five (5) year IDIQ RFQ
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide wheelchair transportation services under a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to ensure reliable and compliant transportation for veteran patients to and from various healthcare locations, with an expected average of 60-85 trips per day utilizing a minimum of 15 dedicated vehicles equipped with necessary medical supplies and lifts. This initiative is crucial for enhancing access to healthcare services for veterans while fostering participation from small businesses owned by service-disabled veterans. Interested parties must submit their quotations by March 5, 2025, and can direct inquiries to Thomas Nicholls at thomas.nicholls@va.gov.
    Augusta Wheelchair Five (5) Year IDIQ RFQ
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide wheelchair transportation services for the Charlie Norwood VA Medical Center in Augusta, Georgia. The procurement aims to ensure reliable, safe, and quality transportation for veterans, with contractors required to maintain high safety standards, adhere to strict scheduling timelines, and provide 24/7 services, including during federal holidays. This initiative reflects the government's commitment to supporting veterans' needs through efficient transportation solutions, with proposals due by March 5, 2025, at 0800 EST. Interested parties can contact Thomas Nicholls at thomas.nicholls@va.gov for further information.
    Special Mode Transportation for VA EKHCS
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for Special Mode Transportation services for the Eastern Kansas Health Care System (EKHCS), specifically targeting service-disabled veteran-owned small businesses (SDVOSB). The procurement involves providing ADA-compliant extended length raised roof conversion vans equipped with wheelchair lifts, ensuring safety and accessibility for users. This initiative is crucial for enhancing public transportation options for veterans, with the contract's performance period revised to run from January 1, 2026, to December 31, 2026, following an amendment that extends the proposal submission deadline to March 31, 2025, at 10:00 AM CDT. Interested parties can reach out to Steve Parrott at stephen.parrott@va.gov for further information.
    Special Mode Transportation for VA EKHCS
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for special mode transportation services for beneficiaries of the Eastern Kansas Healthcare System, specifically in Leavenworth and Topeka, Kansas. The contract encompasses a range of transportation options, including ambulatory non-emergent hired car services, wheelchair vans, and litter transportation, aimed at enhancing the delivery of essential services to veterans. This procurement is particularly significant as it is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated total award amount of $19 million over a five-year period, allowing for individual task orders of up to twelve months each. Interested parties must submit their proposals by March 18, 2025, and direct any inquiries to the primary contact, Stephen Parrott, at stephen.parrott@va.gov.
    V212--Non-Emergent Wheelchair and Ambulatory Patient Transportatio n Services - Saginaw
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide non-emergent wheelchair and ambulatory patient transportation services for the Aleda E. Lutz VA Medical Center in Saginaw, Michigan. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract with five ordering periods, focusing on safe and reliable transportation for eligible veterans and their escorts year-round, while adhering to federal, state, and ADA regulations. This initiative is crucial for ensuring that veterans receive necessary transportation support efficiently, with contractors required to demonstrate past performance and provide a Quality Control Plan. Interested parties must submit their responses by March 17, 2025, and can contact Contracting Officer Morgan Stein at Morgan.Stein@va.gov for further information.
    V129--RLRVAMC Ambulance Service
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for contracted ambulance transportation services for the Richard L. Roudebush VA Medical Center. The procurement aims to provide emergency and non-emergency transport, including Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT) services, operational 24/7 for veterans in Indiana, Ohio, and Illinois. This contract, valued at up to $27 million and set for five years, emphasizes compliance with federal and state regulations, qualified personnel, and the use of the VetRide transportation software for scheduling and invoicing. Interested parties should contact Contracting Specialist Janel N Tate-Montgomery at janel.tate-montgomery@va.gov, with the contract commencement date anticipated for April 1, 2025.
    V225--IDIQ - Ambulance Ground Service VA St. Cloud - MN
    Buyer not available
    The Department of Veterans Affairs is conducting a Sources Sought Notice to identify potential sources for non-emergency ground ambulance services for the St. Cloud VA Health Care System in Minnesota. The procurement aims to secure 24/7 ambulance transportation services, including Stretcher Transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT) for veterans and associated clinics. This initiative underscores the VA's commitment to providing reliable transportation services while fostering opportunities for diverse businesses, with a small business size standard set at $22.5 million under NAICS code 621910. Interested parties must submit a capability statement by March 27, 2025, to Dennis Salmonsen at dennis.salmonsen@va.gov, as pricing is not required at this stage.
    V225-- Special Needs Ground Transportation IAW the Performance Work Statement *SDVOSB & VOSB set-aside
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide special needs ground transportation services at the VA Palo Alto Health Care System. The procurement aims to establish a Firm Fixed Price Indefinite Delivery Indefinite Quantity contract that ensures 24/7 availability for transporting veterans to various medical facilities, emphasizing timely and responsive service tailored to their unique needs. Interested parties must be Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB) and are required to submit capability information to the Contract Specialist, John Da Silva, by 10:00 AM PST on March 26, 2025. For eligibility, potential offerors must be registered in the System for Award Management (SAM) and have a current Online Representations and Certification Application on file.
    V225--Bay Pines Ground Ambulance Service
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Ground Ambulance Services for the C.W. Bill Young VA Medical Center, with a contract period from April 1, 2025, to March 31, 2030. The procurement includes non-emergency transportation services such as Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT), emphasizing 24/7 availability and compliance with federal, state, and local regulations. This initiative aims to enhance transportation services for veterans, ensuring high-quality care and adherence to health protocols, particularly in light of COVID-19 safety measures. Interested bidders must submit their proposals electronically by March 21, 2025, and direct any inquiries to Contracting Officer Lakiesha Anderson at lakiesha.anderson@va.gov or by phone at 561-618-2398.