V226--Minneapolis VAMC Wheelchair Transportation Services SB Set-Aside Pre-Solicitation Notice
ID: 36C26325R0001Type: Presolicitation
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
    (651) 293-3009
    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
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a Wheelchair Van Service contract to support the Salisbury VA Healthcare System and its associated clinics. This contract will provide non-emergent transportation services for eligible veterans, operating 24/7, including weekends and holidays, with a minimum of 15 vans available for service. The contractor must adhere to specific performance standards, utilize VetRide software for trip management, and comply with federal regulations regarding safety and incident reporting. Interested parties should contact Contract Specialist Kamilah R Nye at Kamilah.Nye@va.gov for further details, and proposals must be submitted in accordance with the outlined requirements and deadlines.
    V212--NEMT Base w/WD
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for Non-Emergent Medical Transportation (NEMT) services under solicitation number 36C26226Q0114, specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). The selected contractor will provide essential transportation services, including wheelchair vans, gurney vans, and hired cars, to facilitate the movement of Veteran patients at the Veterans Affairs Long Beach Healthcare System (VALBHS) 24/7, including holidays. This contract is crucial for ensuring reliable medical transportation to support Veteran healthcare needs, with a base period from April 1, 2026, to September 30, 2026, and four one-year option periods extending through September 30, 2030. Interested vendors must submit their offers via email to Contract Specialist Diana McInnis by January 16, 2026, at 1:00 PM PST, with a site visit scheduled for January 6, 2026, and questions due by January 8, 2026.
    VA Puget Sound, WA Wheelchair Transportation Services Requirement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide wheelchair transportation services for the VA Puget Sound Healthcare System in Washington. The procurement involves a one-year firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract, requiring services 24/7, including weekends and holidays, with specific response time requirements for transportation requests. This service is crucial for ensuring that veterans have reliable access to medical facilities and appointments, thereby enhancing their overall care and support. Interested parties can contact Andrew O'Neal at andrew.o'neal@va.gov or by phone at 360-852-9861 for further details, with proposals due by the specified deadline.
    V212--Boston VA Healthcare System Special Mode/Wheelchair Van Transportaion Services
    Veterans Affairs, Department Of
    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--Baltimore VAMC Wheelchair Van Transportation Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Wheelchair Van Transportation Services at the Baltimore VA Medical Center. This procurement involves a five-year, firm-fixed-price, shared-capacity, multiple-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract, which is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The selected contractor will be responsible for delivering non-emergent wheelchair transportation services 24/7, ensuring compliance with various regulations and maintaining high standards for vehicle safety, driver qualifications, and patient welfare. Interested parties should contact Dan Feng Lu at danfeng.lu@va.gov or 410-691-1141 ext. 41141 for further details, as adherence to COVID-19 precautions and other mandatory requirements will be essential for participation in this opportunity.
    V226--Non Emergent Patient Transportation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for Non-Emergency Medical Transportation services for the Saginaw VA Medical Center, as outlined in solicitation number 36C25026Q6552. The procurement is specifically set aside for Veteran-Owned Small Businesses (VOSB) and aims to provide essential transportation services for patients, utilizing the VA’s VetRide ordering system. This contract, valued at approximately $19 million, will cover a base period and four ordering periods from February 2026 to January 2031, with specific requirements for labor, materials, vehicles, and compliance with federal regulations. Interested companies must submit their offers, including a Past Performance Questionnaire and wage determination compliance documents, by December 29, 2025, with questions due by December 23, 2025. For further inquiries, contact Contracting Officer Robert Bolcavage at robert.bolcavage@va.gov or 937.469.1228.
    V212--Bedford VA Medical Center Special Mode/ Wheelchair Van Transportation
    Veterans Affairs, Department Of
    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.
    V225--Martinsburg VAMC Ground Ambulance Transportation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a five-year Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Ground Ambulance Transportation services to support the Martinsburg VA Medical Center and its associated Community-Based Outpatient Clinics. The contract will encompass a range of services, including Advanced Life Support (ALS), Basic Life Support (BLS), and Critical Care Transport (CCT), available 24/7, with specific requirements for contractor personnel qualifications, vehicle standards, and compliance with federal regulations. This procurement is crucial for ensuring timely and effective medical transportation for veterans in the designated service areas across Pennsylvania, Maryland, Virginia, and West Virginia. Interested contractors should note that the minimum guaranteed contract amount is $1,000.00, with a maximum ceiling of $2,600,000.00, and proposals are due by December 18, 2025, at 1:00 PM EST. For further inquiries, contact Dan Feng Lu at DanFeng.Lu@va.gov.
    Special Mode Transportation for VA Northern California Health Care System
    Veterans Affairs, Department Of
    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.
    V225--Maine Ambulance unrestricted
    Veterans Affairs, Department Of
    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.