V119--Wheelchair Transportation Services
ID: 36C25625Q0433Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Special Needs Transportation (485991)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: OTHER (V119)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for Wheelchair Transportation Services to support eligible veterans in Arkansas, Missouri, and Oklahoma. The procurement involves a single award Indefinite Delivery, Indefinite Quantity (IDIQ) contract valued at $19 million, which will provide 24/7 wheelchair transportation for veterans, including patient pickups for medical appointments and community care. This initiative is crucial for ensuring veterans have reliable access to healthcare services while emphasizing compliance with federal regulations and maintaining high service standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotations via email to Lakeisha White by February 21, 2025, at 3 PM CST.

    Point(s) of Contact
    lakeisha.white@va.govLakeisha White
    (601) 206-6959
    Lakeisha.White@va.gov
    Files
    Title
    Posted
    The document is a Combined Synopsis/Solicitation Notice from the Department of Veterans Affairs, specifically for Wheelchair Transportation Services. The solicitation number is 36C25625Q0433 and responses are due by February 21, 2025, at 3 PM CST. This notice serves as a request for quotations (RFQ), which adheres to the Federal Acquisition Regulation (FAR) guidelines. The procurement falls under the NAICS code 485991, with a small business size standard of $19M, and includes a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The location of performance is the Veterans Healthcare System of the Ozarks in Fayetteville, Arkansas. Interested offerors must submit their quotations via email to the designated contact, Lakeisha White. The document emphasizes that only emailed submissions will be accepted, and it provides essential contact information for queries regarding the solicitation. This RFP is significant as it underscores the government's commitment to supporting veteran-owned businesses while addressing the transportation needs of veterans in healthcare contexts.
    The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs (VA) for Wheelchair Transportation Services for eligible veterans in Arkansas, Missouri, and Oklahoma. It establishes the contract terms including a single award Indefinite Delivery, Indefinite Quantity (IDIQ) contract, effective from March 1, 2025, with a total award amount of $19 million. The services encompass 24/7 wheelchair transportation including patient pickups for medical appointments and community care. Key components include compliance with federal, state, and local regulations regarding the transportation of individuals with disabilities; maintaining operational readiness of vehicles; and the provision of qualified personnel trained in emergency medical standards. The contract emphasizes a service-disabled veteran-owned small business (SDVOSB) set-aside, necessitating that bidders are verified by VetCert. The performance work statement entails a detailed description of service expectations, emphasizing safety, patient dignity, and reporting protocols for any incidents. It also outlines penalties for unapproved service requests and ensures that all operational costs, including mileage, are covered under the set pricing structure. This initiative underscores the VA's commitment to facilitating access to healthcare for veterans while ensuring high standards in service delivery.
    The document is a Final Invoice Memo that serves to confirm the absence of outstanding invoices related to a specific government contract and purchase order. It is addressed to the Contracting Officer or representative and includes essential details such as the contract/order number and the purchase order number. The memo requires the vendor's representative to provide their name, title, contact information, and signature to validate the statement. This official stamp of confirmation ensures that all financial obligations under the referenced contract have been settled, a critical step in the procurement process. The document emphasizes accountability and transparency in government transactions, aligning with regulations surrounding federal and state procurements, requests for proposals (RFPs), and grants.
    The Quality Assurance Surveillance Plan (QASP) for the Veterans Health Care System of the Ozarks outlines the monitoring process for contractor performance in providing wheelchair transportation services. Its purpose is to ensure compliance with performance standards set forth in the Performance Work Statement (PWS) while allowing flexibility for the contractor to manage their processes. The QASP establishes roles for the Contracting Officer (CO) and the Contracting Officer's Representative (COR), detailing responsibilities in monitoring, evaluating, and reporting on contractor performance. Key methodologies for performance monitoring include random inspections, periodic evaluations, and customer feedback, with a focus on achieving a 100% acceptable quality level for critical services. The plan outlines a feedback system to address performance discrepancies through documentation and corrective action plans. Evaluations are conducted using the Contractor Performance Assessment Reporting System (CPARS) across various areas, such as quality of service and regulatory compliance, with ratings ranging from "Exceptional" to "Unsatisfactory." Overall, the QASP serves as a comprehensive framework guiding the systematic evaluation of contractor output, ensuring that veterans receive high-quality transportation services in compliance with federal standards.
    The document outlines a format for presenting past performance references in response to government Requests for Proposals (RFPs) or grants. It comprises a structured template that includes sections for detailing the name of the organization, contacts, contract specifics, performance dates, and any relevant financial information. The sections force the contractor to clarify whether they served as a prime or sub-contractor and address any terminations related to contract performance. A point of contact for each reference is required, along with their email and phone details, to facilitate further inquiries about the contractor's historical performance. This information is essential for evaluating the contractor's capability and reliability in fulfilling government contracts, ensuring that decision-makers have access to verified data regarding the contractor's prior engagements. The systematic approach fosters transparency and accountability in the government procurement process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Columbia Wheelchair Five (5) year IDIQ RFQ
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for wheelchair transportation services, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contractor will be responsible for providing non-personnel services, including all necessary personnel, vehicles, and equipment to transport veteran patients to and from various healthcare locations, while ensuring compliance with state and federal regulations. This service is crucial for facilitating access to healthcare for veterans, emphasizing accountability through detailed reporting, vehicle inspection protocols, and adherence to safety and health regulations. Interested parties should contact Thomas Nicholls at thomas.nicholls@va.gov for further details, with the service period commencing on September 25, 2025, and extending through multiple ordering periods into 2026.
    Augusta Wheelchair Five (5) Year IDIQ RFQ
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes 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. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to ensure patient safety, adhere to strict scheduling timelines, and maintain high vehicle safety standards while providing 24/7 services, including on federal holidays. The contract emphasizes the importance of reliable and quality transportation services for veterans, with detailed requirements for contractor qualifications, safety protocols, and compliance with federal regulations. Interested parties can contact Thomas Nicholls at thomas.nicholls@va.gov for further information regarding this opportunity.
    V225--FY25 - Ambulette Veteran Transportation (Base + 4)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified small businesses to provide Ambulette Veteran Transportation services, specifically non-stretcher wheelchair van services, for veterans in the Long Island, New York area. The contract will include a firm fixed-price structure with a 12-month base period and four additional 12-month option periods, ensuring reliable transportation for veterans to and from the Northport VA Medical Center and various community-based clinics. This procurement aligns with the Department's mission to deliver quality care and support for veteran services. Interested parties should note that the solicitation number 36C24224Q0879 is expected to be released around February 3, 2025, with responses due by March 3, 2025, at 2:00 PM Eastern Time. For further inquiries, contact Contract Specialist Lisa Harris at Lisa.Harris4@va.gov.
    V225--Non-Emergent Ground Ambulance Basic Life Support (BLS) Services - Veterans Affairs Long Beach Healthcare System (VALBHCS)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for non-emergent Basic Life Support (BLS) ground ambulance services for the Veterans Affairs Long Beach Healthcare System (VALBHCS). This procurement is structured as a base contract with four option years, with a total projected value of $22.5 million, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The services are critical for ensuring timely and effective transportation for veterans, enhancing their access to healthcare services. Interested vendors must submit their proposals electronically by February 25, 2025, and can direct inquiries to Contract Specialist Katharine Robert at katharine.robert@va.gov.
    V129--SHUTTLE SERVICES OFFSITE - Base w/WD
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide shuttle services for the Veterans Administration San Diego Healthcare System. The procurement requires the contractor to supply a minimum of eight 30-passenger buses and two ADA-compliant vans, operating Monday through Friday from 4:30 AM to 9:00 PM, with shuttle pickups every 15 minutes. This service is crucial for facilitating patient transportation between offsite parking and the healthcare facility, ensuring accessibility and compliance with federal regulations. Interested vendors must submit their proposals by February 24, 2025, and direct any inquiries to Contract Specialist Felicia L. Simpson at felicia.simpson@va.gov.
    2320--Utility Vehicle for the Phoenix VA HCS
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a utility vehicle specifically designed for the Phoenix VA Healthcare System. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires the delivery of a Polaris Ranger SP 570 Premium within 90 days after the award, adhering to detailed specifications regarding motor capacity, operational features, and delivery protocols. The procurement reflects the VA's commitment to supporting veteran-owned enterprises while ensuring compliance with federal regulations and quality standards. Interested vendors must submit their proposals via email by February 21, 2025, and can direct inquiries to Contract Specialist Isaac Shimizu at isaac.shimizu@va.gov.
    V225--Non-Emergent ALS/CCT Ground Ambulance Services (VA Long Beach Health Care System)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for Advanced Life Support (ALS) and Critical Care Transport (CCT) ground ambulance services for the VA Long Beach Health Care System. This procurement aims to establish a contract for non-emergent ambulance services, with a total award amount of up to $22.5 million, structured as a fixed-price, indefinite delivery, and indefinite quantity contract, including a minimum guaranteed amount of $10,000.00. The services are crucial for ensuring timely and compliant medical transport for veterans, with the contract set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and a contract period beginning March 11, 2025, with options for four additional years. Interested contractors must submit their bids by February 20, 2025, and can direct inquiries to Contract Specialist Katharine Robert at katharine.robert@va.gov.
    V225--Ground Ambulance Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Ground Ambulance Services to support the George E. Wahlen VA Medical Center and its associated outpatient clinics in Salt Lake City, Utah. The contract aims to provide essential non-emergency and emergency transport services, ensuring 24/7 availability for veteran patients, including Advanced Life Support (ALS), Basic Life Support (BLS), and Critical Care Transport (CCT). This initiative underscores the government's commitment to delivering reliable healthcare transport services to veterans while adhering to stringent quality and safety standards. Interested parties must submit their proposals by February 24, 2025, at 5:00 PM Mountain Time, with a total award amount of $22.5 million for the base year and four option years. For further information, potential bidders can contact Contracting Officer Heather Clemons at heather.clemons@va.gov or by phone at 303-712-5772.
    R602--Courier Service
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for courier services to transport laboratory specimens from the VA Puget Sound Healthcare System to various local facilities. The contract, valued at $34 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a base performance period from June 1, 2025, to May 31, 2026, with four optional yearly extensions through May 31, 2030. This procurement is crucial for maintaining efficient logistical support for veteran healthcare operations, ensuring timely delivery of essential medical specimens. Interested vendors must submit their offers by February 21, 2025, at 1 PM local time, and direct any inquiries to Contract Specialist Nazanin Kreiner at nazanin.kreiner@va.gov or (208) 429-2033.
    V225--FY25 - Ambulance Ground Transportation - (Base + 4)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide ambulance ground transportation services for fiscal year 2025, encompassing a base year plus four option years under solicitation number 36C24225Q0044. The services will primarily be performed at the Northport VA Medical Center, with additional operations at community-based clinics, reflecting the VA's commitment to enhancing healthcare access for veterans. Interested parties should note that the presolicitation has been modified, indicating a cancellation of the initial notice, with plans to re-solicit the requirement at a later date; responses to the solicitation are currently due by March 3, 2025, at 14:00 Eastern Time, and inquiries can be directed to Contract Specialist Lisa Harris at Lisa.Harris4@va.gov.