R602--VISN 1 Lab Courier Services
ID: 36C24123Q0279Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Couriers and Express Delivery Services (492110)

PSC

SUPPORT- ADMINISTRATIVE: COURIER/MESSENGER (R602)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Jun 17, 2024, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 2, 2025, 4:00 PM UTC
Description

The Department of Veterans Affairs (VA) is seeking bids for courier services to support laboratory operations within the Veterans Integrated Service Network (VISN 1), covering multiple states including Massachusetts, Rhode Island, Vermont, New Hampshire, and Connecticut. The procurement involves a Fixed Price Multi-award Blanket Purchase Agreement (BPA) for a five-year period, requiring contractors to provide all necessary personnel, equipment, and materials while adhering to federal regulations. This initiative is crucial for ensuring timely and secure transportation of laboratory specimens and medical supplies, thereby enhancing service delivery to veteran healthcare facilities. Interested bidders must submit their quotes by April 2, 2025, at 12:00 PM EST, and can direct inquiries to Contract Specialist Fred Revah at Frederic.revah1@va.gov or (207) 623-8411.

Point(s) of Contact
Dewan BrittonContract Specialist
910-343-5300 ext. 3931
Dewan.Britton@va.gov
Files
Title
Posted
Apr 8, 2024, 6:26 PM UTC
Mar 31, 2025, 9:05 PM UTC
The document outlines a government Request for Quote (RFQ) related to local courier delivery services for the Department of Veterans Affairs (VA) Medical Centers in the VISN1 network, covering states such as Rhode Island, Vermont, New Hampshire, Connecticut, and Massachusetts. The amendment specifies updates to the service routes, competitive bidding requirements, deadlines for submissions, and key provisions related to proposals. Offerors must provide pricing details, past performance evidence, and a signed quality assurance surveillance plan. Key points include the mandate for contractors to deliver items such as laboratory specimens and medical supplies securely and timely, adhering to specified protocols for transport. The contract emphasizes the need for trained personnel, vehicle requirements, and compliance with various safety and confidentiality regulations. The RFQ establishes criteria for evaluating submissions based on price and past performance, aiming to select responsible contractors capable of meeting the VA's logistical needs while ensuring patient information security. Overall, this initiative highlights the VA’s commitment to efficient operational services in support of Veterans’ healthcare.
Mar 31, 2025, 9:05 PM UTC
The document is an amendment to a solicitation from the Department of Veterans Affairs, specifically regarding procurement managed by the Network Contracting Office 1 (NCO 1). The main purpose of this amendment is to update the courier service requirements by adding an additional Worcester Clinic pick-up to the existing courier schedule and price breakdown. Offers must be submitted by April 1, 2025, at 6:00 AM EST, with any questions due by March 26, 2025, at 12:00 PM EST. Furthermore, the document emphasizes the importance of acknowledging this amendment to prevent rejection of any submitted offers, outlining several methods for acknowledgment. All other terms and conditions of the solicitation remain unchanged. Such amendments are common within government RFP processes to ensure clarity and accommodate operational needs, highlighting the fluid nature of contract management within government procurement.
Mar 31, 2025, 9:05 PM UTC
The document outlines an amendment to the solicitation for Lab Courier Services under the VISN 1 network, managed by the Department of Veterans Affairs (VA). The key purpose of this amendment, effective July 15, 2024, at 1 PM ET, is to address questions from potential bidders and extend the offer deadline. The amendment targets Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and specifies the product service code (R602) and NAICS code (492110). The contract requires a structured approach from bidders, including adherence to the Statement of Work (SOW), which details pick-up and drop-off schedules across multiple VA Medical Centers (VAMC). Clarifications provided include the allowance for subcontractor drivers, bidding on various price components, and specific payment terms (Net 30). Several questions from prospective bidders highlight discrepancies between the SOW and current practices, focusing on pick-up times and service frequencies. The VA indicated adjustments in pick-up times based on operational needs and emphasized the importance of referencing these revisions in bid proposals. Additionally, the document stresses the necessary communication protocol for proposal submissions to ensure timely consideration by the VA. This solicitation illustrates the VA's commitment to maintaining efficient lab courier services while accommodating feedback from interested vendors.
Mar 31, 2025, 9:05 PM UTC
The document is an amendment regarding the solicitation for VISN 1 Lab Courier Services by the Department of Veterans Affairs. It details the nature of the amendment, which addresses questions from prospective bidders and updates the service specifications and price breakdown based on those inquiries. The key details include the solicitation number (36C24123Q0279), response deadline (July 15, 2024, at 1 PM EST), and the set-aside status for Service-Disabled Veteran-Owned Small Business (SDVOSBC). The amendment clarifies several operational aspects, such as pickup schedules at specific facilities and the need for adjustments in the proposed services. For instance, confirmed changes include pickup times and the inclusion of certain routes in the pricing schedule. The amendment underscores the VA's commitment to ensuring accurate and transparent communication with contractors, facilitating the bidding process’s integrity. Overall, it emphasizes the importance of alignment between new contractual expectations and existing practices to enhance courier services for laboratory operations across multiple Veterans Affairs Medical Centers (VAMCs).
Mar 31, 2025, 9:05 PM UTC
The document is a solicitation amendment for Lab Courier Services under the Veterans Integrated Service Network (VISN 1), which serves multiple locations throughout the region. The primary purpose of this amendment is to update wage determinations and clarify the contract's period of performance, which consists of a base year and four one-year options. The base term will run from May 1, 2025, to April 30, 2026, with subsequent options extending through April 30, 2030. The solicitation requires acknowledgment of this amendment, which can be submitted in multiple formats. Key details include the solicitation number (36C24123Q0279) and the contracting office's contact, Fred Revah, whose information is provided for inquiries. The document emphasizes compliance with submission deadlines, indicating that late submissions will not be accepted. This amendment highlights the government’s procedural updates aimed at ensuring fair labor practices and contract clarity in alignment with federal contracting standards.
Mar 31, 2025, 9:05 PM UTC
This document outlines a detailed pricing structure associated with courier services for various Veterans Affairs (VA) Medical Centers across multiple locations, including White River Junction, Providence, and Manchester. It specifies services offered, including scheduled and as-needed pick-ups and deliveries, along with estimated annual costs over five years. Each location's service includes a series of routes and times for deliveries, highlighting operational parameters essential for maintaining logistics in the healthcare framework. Key elements include meticulous scheduling for pickups from laboratories and pharmacies and ensuring timely delivery to outpatient clinics and hospitals. The document also addresses expected pricing, though no specific amounts are given. The structured format, listing locations, services, and performance periods, reflects typical practices in government RFPs and grants, emphasizing accountability and clarity in service delivery. Overall, the proposal illustrates VA’s efforts to streamline logistics in support of healthcare services for veterans, ensuring proper resource allocation and timeliness in service.
Mar 31, 2025, 9:05 PM UTC
The document outlines scheduled and as-needed transportation services for various Veterans Affairs Medical Centers (VAMCs) across New England, particularly focusing on laboratory pick-ups and drop-offs to outpatient clinics and hospitals. It specifies routes and times for locations such as White River Junction, Providence, Manchester, and West Haven, detailing both scheduled and emergency (STAT) services. Key locations include main labs and clinics spanning Vermont, New Hampshire, Massachusetts, and Rhode Island, with a network designed for efficient service to affiliated healthcare facilities. Each region lists specific desired pick-up times, establishing a structured logistics framework to ensure timely delivery and responsiveness to urgent needs. The document serves as a reference for government contracting and grants related to transportation and logistics services for veteran healthcare, demonstrating a commitment to maintaining essential support for veterans' medical services in a timely manner. The intended use aligns with broader public health and veteran welfare objectives within the federal healthcare system.
The document outlines a comprehensive price breakdown for courier services related to various Veterans Affairs (VA) locations across New England. Key services include the transportation of medical supplies and laboratory specimens between VA medical centers and community-based outpatient clinics (CBOCs) in Vermont, Rhode Island, Massachusetts, and Connecticut over a span of five years. Locations include facilities in White River Junction, Providence, Manchester, and Boston, among others. The breakdown details estimated costs for scheduled and on-demand pick-ups as well as drop-offs at each site, though specific monetary values are unspecified. The project emphasizes systematic transportation schedules during weekdays with additional provisions for urgent requests. This proposal reflects the VA’s commitment to ensuring efficient medical logistics, critical to delivering healthcare to veterans and maintaining lab operations across multiple facilities. The overall aim is to secure funding through government RFPs to enhance service delivery within the VA healthcare system.
Mar 31, 2025, 9:05 PM UTC
The document outlines a pricing proposal for courier services targeting Veterans Affairs (VA) laboratories across several locations, including White River Junction, Providence, Central Western Massachusetts, Manchester, Connecticut, and Boston/Bedford. Each section details scheduled pickups and drop-offs, with defined time slots and locations for service performances ranging from Monday to Friday. The document includes a breakdown of services, indicating that multiple options are available for contract years spanning up to five years. The pricing is categorized under service subtotals and is structured to reflect various option years, though specific financial figures are absent, marked by null values or placeholders. This proposal aims to deliver timely and efficient laboratory transportation, enhancing service to veteran medical facilities while ensuring compliance with government regulations and standards. The lack of numeric data suggests ongoing adjustments in estimates that may impact final award decisions in the context of federal Requests for Proposals (RFPs) and grants. The overall objective emphasizes logistical coordination and service reliability within the healthcare framework for veterans.
Mar 31, 2025, 9:05 PM UTC
The provided government file consists of fragmented and unintelligible text, preventing the extraction of coherent content regarding federal RFPs, grants, or any specific programs. Despite these challenges, any summary about government RFPs typically centers around the solicitation for proposals, usually aimed at inviting businesses or organizations to bid on projects in various sectors like infrastructure, health, or community services. Such documents outline project goals, eligibility criteria, deadlines, and funding amounts. The purpose of these RFPs is to ensure transparency in government contracting and to provide opportunities for local and federal funding. An ideal document would typically highlight objectives, expected outcomes, application procedures, and evaluation criteria without extraneous information. However, due to the corrupted nature of the text, defining clear key points or structured content is unattainable in this instance.
Mar 31, 2025, 9:05 PM UTC
The document is a Past Performance Questionnaire used to evaluate contractors in the context of federal and local government projects. It primarily serves to assess contractors' performance across various dimensions, including quality of work, personnel, budget control, customer satisfaction, and timeliness. The questionnaire requires detailed information such as contractor name, address, contract number, type, agency name, point of contact, period of performance, awarded dollar amounts, and a description of services rendered. Each evaluation factor is rated on a scale ranging from Unsatisfactory to Exceptional, with specific criteria guiding the ratings. Comments supporting the ratings are mandatory, allowing for a nuanced evaluation process. Furthermore, a question on the likelihood of selecting the contractor again reinforces accountability. This document is essential for ensuring that contractors are assessed systematically, promoting transparency and quality in procurement processes, thereby facilitating improved outcomes in government contracting and project execution.
Apr 8, 2024, 6:26 PM UTC
Mar 31, 2025, 9:05 PM UTC
The document outlines a request for proposals (RFP) related to courier services across various VA locations, including White River Junction, Providence, Central Western Massachusetts, Manchester, Connecticut, and Boston/Bedford. It provides a breakdown of service requirements for transport runs, scheduled pick-ups, and drop-offs for laboratory specimens, with multiple operational routes detailed for each location. Each area has specified time frames for deliveries to both clinic and laboratory sites, as well as an outline for miscellaneous pick-ups depending on demand. The pricing section remains blank, indicating potential bidders are expected to fill in their cost estimates for each operational year and the overall five-year contract. Additionally, the document requests a clear breakdown of services, pick-up frequency, and estimated costs to assist decision-makers in evaluating proposals. Overall, the RFP emphasizes efficient transportation of medical samples, adherence to operational schedules, and flexibility to accommodate varying needs, reflecting the government’s objectives to enhance healthcare logistics for veterans across these regions.
Mar 31, 2025, 9:05 PM UTC
The Department of Veterans Affairs (VA) seeks to procure local courier services for its medical facilities in VISN1 regions, covering Rhode Island, Vermont, New Hampshire, Connecticut, and Massachusetts. The contract aims to provide timely, secure transportation for laboratory specimens, medical supplies, and documents over a period of five years, while explicitly prohibiting the transport of VA personnel and patients. Contractors must supply all necessary resources, including staff, vehicles, and temperature-controlled materials for safe delivery. The service will include routine pickups and emergency requests with a mandate for rapid response times, particularly for critical specimens. The contractor must adhere to stringent insurance, vehicle specifications, and training protocols for handling biohazardous materials. Compliance with various federal, state, and local regulations is essential, along with maintaining the confidentiality of patient information throughout the contract. Additional requirements include a Quality Control and Assurance Surveillance Plan to monitor adherence to service standards and performance evaluations. Overall, this procurement reflects the VA's commitment to ensuring quality medical service delivery through responsible and efficient logistics management.
Mar 31, 2025, 9:05 PM UTC
The Performance Work Statement (PWS) outlines the courier service requirements for the Department of Veterans Affairs, VISN1, covering local delivery across Rhode Island, Vermont, New Hampshire, Connecticut, and Massachusetts from March 1, 2023, to February 28, 2028. The contractor must transport VA laboratory specimens, supplies, and materials securely and promptly, without transporting personnel or patients. Additional responsibilities include utilizing appropriate vehicles, providing necessary training for drivers, adhering to confidentiality laws, and maintaining compliance with federal regulations. Contractors will manage routine and emergency transportation services, tracking deliveries, and addressing weather-related disruptions. The courier service operates 24/7, ensuring the timely pickup and delivery of various medical items, requiring strict adherence to protocols, especially regarding the handling of hazardous materials and maintaining essential temperatures for specimens. Moreover, the PWS establishes quality control measures, insurance requirements, and guidelines for employee conduct. It emphasizes a structured reporting system for delivery incidents and lays out obligations related to records management and data privacy. Overall, it reflects the VA's commitment to efficient, secure, and reliable courier services to support veteran healthcare operations.
Mar 31, 2025, 9:05 PM UTC
The Quality Assurance Surveillance Plan (QASP) outlines the framework for monitoring and evaluating the performance of contracted courier services for the Department of Veterans Affairs (VA) across several healthcare facilities in VISN 1. It delineates the responsibilities of government personnel, including the Contracting Officer (CO) and Contracting Officer’s Representative (COR), emphasizing the need for fair performance assessment and documentation. Performance standards detail the expectations for emergency and scheduled pickups, communication of delays, and quality training and handling of specimens. The plan sets clear metrics for acceptable quality levels, employing methods such as direct observation, random sampling, and periodic inspection to ensure compliance. The document establishes a rating system (Green, Yellow, Red) to categorize performance and includes procedures for documenting performance issues, corrective actions, and contractual discrepancies. Incentives for satisfactory performance may include contract extensions, while negative reports could lead to repercussions outlined in the Contractor Performance Assessment Reporting System (CPARS). Overall, this QASP serves as a dynamic tool for maintaining quality control and accountability in delivering essential courier services for the VA healthcare providers.
Mar 31, 2025, 9:05 PM UTC
The Department of Veterans Affairs (VA) is seeking bids for a Fixed Price Multi-award Blanket Purchase Agreement (BPA) for Courier Services to support lab and pathology departments within VISN 1 over a five-year period. This agreement is expected to cover the period from August 1, 2024, to July 31, 2029, and requires the contractor to supply all necessary personnel, equipment, and materials while adhering to local, state, and federal regulations. Interested bidders must submit quotes by July 8, 2024, and any questions must be addressed by July 1, 2024. The BPA aims to reduce administrative costs associated with procuring these services, with estimated individual orders potentially totaling $1,300,000. The pricing structure will be determined based on the attached Performance Work Statement and requires compliance with various federal regulations, including provisions for service-disabled veteran-owned small businesses. Invoices will be submitted electronically, and contractors must adhere to strict terms regarding performance monitoring and compliance with federal labor standards. This initiative underscores the VA's commitment to efficient service delivery in support of its healthcare mission.
The VAAR 852.219-75 outlines the certification requirements related to limitations on subcontracting for service and construction contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). The document specifies that awardees must adhere to specific subcontracting limitations: for general service contracts, no more than 50% of government payments can be subcontracted to non-SDVOSB/VOSB firms; for general construction, the limit is 85%; and for special trade contractors, it is 75%, excluding materials. Violations may lead to severe penalties, including fines and debarment. The offerors must provide supporting documentation upon request to demonstrate compliance, and failure to do so may result in remedial actions. A formal certification must be signed and included in bid submissions, with non-compliance rendering offers ineligible for evaluation. This regulation is essential in promoting the participation of veteran-owned businesses in federal contracts while ensuring compliance with subcontracting standards.
The VISN 1 Lab Courier Services document serves to announce an extension of the deadline for submitting quotations. The new closing date is set for April 2, 2025, at 12:00 PM EST. This amendment indicates the government's ongoing efforts to secure lab courier services and improve logistics for laboratory operations within the VISN 1 network. By extending the deadline, the government provides additional time for interested parties to prepare and submit their proposals, enhancing competition and potentially leading to better service outcomes. The document reflects typical practices in federal RFP processes, emphasizing transparency and fairness in procurement.
Mar 31, 2025, 9:05 PM UTC
The document primarily addresses Federal Requests for Proposals (RFPs), federal grants, and state and local RFPs, centered around various funding opportunities and guidelines tailored for governmental and organizational entities. It highlights the procedural aspects of submitting proposals, eligibility criteria, funding allocation strategies, and compliance requirements, which are fundamental in securing grant support or contract awards. The text underscores the importance of aligning project objectives with federal mandates and local initiatives to enhance community engagement and resource efficiency. The organization of the document suggests a structured approach to accessing resources, providing a step-by-step guide on preparing proposals and understanding the bureaucratic landscape of federal and state funding mechanisms. The emphasis on collaboration among agencies indicates a trend towards integrated approaches in addressing public needs through grant acquisition efforts. Overall, this document serves as a comprehensive guide for entities seeking government funding, outlining crucial information on proposal development and strategic engagement with federal and state agencies to implement projects that fulfill public service objectives.
The provided document appears to contain corrupted or unreadable data rather than coherent text. As a result, it is impossible to identify a main topic, key ideas, or structured content for extraction or summarization. There are no identifiable segments that clarify the context of government RFPs, federal grants, or local initiatives. Due to the lack of comprehensible information, a coherent summary cannot be generated. To assist further, a different or more complete document may be required to analyze and summarize.
Mar 31, 2025, 9:05 PM UTC
The document appears to be a corrupted or unreadable file, lacking coherent content or structure. It cannot be accurately summarized as it does not provide identifiable topics, key ideas, or supporting details that are typically found in government RFPs, federal grants, or state/local documentation. As such, no main topic or purpose can be extracted, nor can any logical progression of ideas be determined. The missing or distorted information renders it impossible to formulate a summary that captures the essence or intended message of the document. Additional context or a different file may be necessary for meaningful analysis or summaries in the context of government proposals and funding opportunities.
Mar 31, 2025, 9:05 PM UTC
The document appears to be a corrupted file that is not readable or interpretable due to extensive character encoding issues, rendering its content inaccessible. This complicates efforts to extract a coherent topic or specific details relevant to federal RFPs, grants, and other state or local opportunities. Without a clear analysis or understanding of any proposals, guidelines, or programs detailed in the document, it is impossible to summarize key ideas or main topics. The absence of structured information and comprehensible text precludes any valuable contribution concerning government-funded initiatives or related subjects. Further investigation or access to a corrected version of the file is necessary to generate an appropriate summary and facilitate analysis relevant to governmental funding processes and project proposals.
The document appears to be a corrupted or unreadable government file, likely related to federal or state RFPs and grants. As it stands, the content is unintelligible, with significant gibberish and formatting issues making it nearly impossible to extract coherent information or major themes. The context hints at standard requirements for proposals, such as detailing the purpose of the grant or RFP, eligibility criteria, funding limits, and project implementation guidelines. Despite the overwhelming corruption, typical considerations in such documents would aim at addressing specific community needs, delivering value through proposed projects, and ensuring compliance with legal and regulatory frameworks. Overall, without access to readable content, a substantive summary of goals, objectives, and detailed requirements cannot be accurately provided.
Mar 31, 2025, 9:05 PM UTC
The document at hand does not contain coherent content related to federal government RFPs, grants, or state/local RFPs due to extensive corruption with unreadable characters and formatting issues. There are indications of structured data entry, but the majority of the information is lost or garbled. Consequently, the purpose of the document cannot be determined, nor can specific key topics or ideas be accurately summarized. This lack of clarity prevents any comprehensive analysis related to government proposals or funding opportunities, rendering valuable insights unattainable. Further examination or retrieval of a clean version of the document would be necessary for accurate assessment and summarization.
Mar 31, 2025, 9:05 PM UTC
The document provides a detailed examination of various federal and state RFPs (Requests for Proposals) and grants targeted at enhancing government operations and service delivery. Key areas of focus include funding initiatives aimed at infrastructure improvement, public health projects, and environmental assessments. The text highlights the importance of compliance with regulatory standards, detailing the requirements for contractors and organizations seeking these funds. Additionally, the document outlines the evaluation criteria for submissions, emphasizing cost-effectiveness, technical expertise, and alignment with government priorities. The intended purpose is to guide potential applicants through the bidding process, ensuring that all proposals adhere to specified guidelines and contribute positively to governmental objectives. Through this framework, the document underscores the government's commitment to fostering innovation and efficiency within various sectors.
Lifecycle
Title
Type
Solicitation
Sources Sought
Similar Opportunities
Primary Reference Laboratory/Phlebotomy/Courier Services
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified contractors to provide Primary Reference Laboratory, Phlebotomy, and Courier Services for the Veterans Integrated Services Network 1 (VISN 1). The procurement aims to gather information for a new laboratory service contract that complies with Clinical Laboratory Improvement Amendments (CLIA) standards, focusing on comprehensive laboratory services, including testing, specimen collection, transportation, and reporting. This initiative is crucial for enhancing healthcare logistics and ensuring high-quality patient care for veterans within the VA system. Interested vendors are invited to participate in a Virtual Industry Day from May 5-9, 2025, and must submit their responses to the Request for Information (RFI) by April 30, 2025, to Cynthia Thompson at Cynthia.Thompson2@va.gov and Sheryl Anthony at Sheryl.anthony@va.gov.
Courier Service St. Cloud VA Health Care System
Buyer not available
The Department of Veterans Affairs is seeking proposals for courier services to support the St. Cloud VA Health Care System in Minnesota. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to transport medical supplies, lab specimens, and equipment between various VA facilities, ensuring compliance with federal regulations and maintaining the integrity of sensitive materials during transit. The contract will span a base year from August 1, 2025, to July 31, 2026, with four optional renewal years available, and interested contractors must submit their quotes by April 25, 2025, to Contract Specialist John Milroy at john.milroy@va.gov.
R602--Lab Courier Services for TVHS
Buyer not available
The Department of Veterans Affairs is seeking a contractor to provide Lab Courier Services for the Tennessee Valley Healthcare System (TVHS), specifically for the VA Medical Centers located in Murfreesboro and Nashville, Tennessee. The contractor will be responsible for transporting laboratory specimens between these facilities while adhering to relevant standards and regulations, including ANSI/AAMI, Department of Transportation, and VHA directives. This procurement is particularly significant as it is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under 38 U.S.C §8127 (d), emphasizing the VA's commitment to supporting veteran-owned enterprises in critical healthcare logistics. The solicitation is anticipated to be released around May 7, 2025, and interested parties should direct any questions to the Contracting Officer, Elizabeth Trimm, at Elizabeth.Trimm@va.gov.
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.
R602--Courier Services, Poplar Bluff
Buyer not available
The Department of Veterans Affairs is soliciting bids for courier services at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract, structured as a five-year Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, requires the contractor to provide timely transportation of lab specimens and medical supplies, with a critical emphasis on a 45-minute response time for urgent requests and adherence to safety standards. This initiative is vital for ensuring efficient healthcare delivery to veterans, and interested vendors must submit a signed SF1449 form along with necessary certifications and pricing schedules by May 5, 2025, at 10:00 AM Central Time. For further inquiries, vendors can contact Contract Specialist Maria Espinosa at maria.espinosa@va.gov or by phone at 913-946-9922.
R602--Courier Specimen Transport Services
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 21, is issuing a Notice of Intent to execute a Sole Source Award for Courier Specimen Transport Services. This procurement aims to contract with the Regents of the University of California, San Francisco for a base year plus two option years, utilizing simplified acquisition procedures due to the Government's strategic need for restructuring staff and requirements. The services are critical for the efficient transport of specimens, which supports the overall operations of the Veterans Health Administration. Interested parties may direct inquiries to the Contracting Officer, James Postell, at james.postell@va.gov, as no competitive proposals will be solicited at this stage.
AN41--Data Visualization and Statistical Services
Buyer not available
The Department of Veterans Affairs is seeking proposals for Data Visualization and Statistical Services through Request for Quote (RFQ) number 36C24E25Q0017, specifically aimed at enhancing healthcare delivery at the Massachusetts Veterans Epidemiology Research and Informatics Center (MAVERIC). The procurement focuses on obtaining informatics, epidemiologic, and data programming services to develop methodologies for managing complex clinical data, including the creation of data processing pipelines and visualization tools over a five-year period from May 1, 2025, to April 30, 2030. This initiative is critical for improving population health research and clinical outcomes for veterans, with a total estimated contract value of $90,000. Interested contractors must be registered in the System for Award Management (SAM) and submit their quotes by May 5, 2025, with inquiries directed to Contracting Officer Renee Kale at renee.kale@va.gov.
5 YEAR NON EMERGENCY WHEELCHAIR TRANSPORTATION
Buyer not available
The Department of Veterans Affairs is seeking responses for a five-year Blanket Purchase Agreement (BPA) for non-emergency wheelchair transportation services for the James H. Quillen VA Medical Center and associated facilities across multiple states, including Tennessee, Virginia, Kentucky, and North Carolina. The procurement aims to identify potential contractors capable of providing year-round, 24/7 transportation services that ensure the safe transport of veterans, while adhering to regulatory standards and maintaining high service quality. This initiative is part of the government's broader effort to enhance service delivery to veterans and ensure compliance with HIPAA regulations, with a performance satisfaction rate target of 98%. Interested contractors should contact Phon Phasavath at phon.phasavath1@va.gov or call 615-225-3416 for further details, noting that responses to this sources sought notice are voluntary and not binding.
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.
Q402--Sources Sought for Community Nursing Home Services For VA New England Healthcare System 10/11/24 - 10/10/25
Buyer not available
The Department of Veterans Affairs (VA) is seeking sources for potential Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to provide Community Nursing Home Services for Veterans across New England, with a performance period from October 11, 2024, to October 10, 2025. The VA aims to identify interested parties capable of delivering appropriate nursing home care at facilities located in Maine, New Hampshire, Vermont, Rhode Island, Connecticut, and Massachusetts, and encourages respondents to specify their level of care, number of available beds, and CMS Star Rating. This opportunity is crucial for ensuring that Veterans receive the necessary care in community settings, and it is important to note that this announcement is solely for information gathering and does not constitute a request for proposals. Interested parties must submit their responses, including company information and business size classifications, to Laura Taylor via email at Laura.Taylor6@va.gov by the deadline of October 10, 2025.