R602--COMBINED SYNOPSIS/SOLICITATION FOR: Martinsburg, WV VA Medical Center & associated CBOCs Lab Courier Services
ID: 36C24525Q0681Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Couriers and Express Delivery Services (492110)

PSC

SUPPORT- ADMINISTRATIVE: COURIER/MESSENGER (R602)

Set Aside

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

    The Department of Veterans Affairs is seeking qualified contractors to provide lab courier services for the Martinsburg, WV VA Medical Center and associated Community-Based Outpatient Clinics (CBOCs). The contract, designated under solicitation number 36C24525Q0681, requires the transportation of lab specimens with specific operational timelines and compliance with safety and packaging regulations. This initiative is crucial for ensuring timely and secure delivery of medical specimens, thereby supporting the healthcare services provided to veterans. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) must submit their proposals by August 11, 2025, and can direct inquiries to Contracting Officer Darren G. Morris at darren.morris2@va.gov.

    Point(s) of Contact
    Darren G. MorrisContracting Officer, NCO 5
    darren.morris2@va.gov
    Files
    Title
    Posted
    The file presents a Combined Synopsis/Solicitation for lab courier services at the Martinsburg, WV VA Medical Center, categorized under solicitation number 36C24525Q0681. The response deadline is set for August 11, 2025, and the solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The contracting office is located at the Department of Veterans Affairs, with Darren G. Morris designated as the point of contact for inquiries. Included in the file are references to various attachments relevant to the Request for Quotation (RFQ), which provide further details on the service requirements and job specifications. Additionally, wage determinations from different counties in West Virginia, Maryland, and Virginia are attached, highlighting specific pay scales for employees involved in the contract work. The file emphasizes the importance of compliance with subcontracting limitations and past performance evaluations. This document reflects the government’s initiative to procure necessary services while adhering to regulations focused on vetting bidders, wage standards, and working with veteran-owned businesses, thereby supporting both operational needs and veterans' business participation in government contracts.
    The document outlines Wage Determination No. 2015-4285 for the State of West Virginia under the Service Contract Act (SCA), detailing wage rates for various occupations as well as mandates from Executive Orders 14026 and 13658 regarding minimum wage requirements. It specifies that contracts initiated or renewed after January 30, 2022, must pay employees at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must adhere to a minimum wage of $13.30, unless a higher wage is specified. The file presents an extensive list of occupations along with corresponding hourly wage rates, including administrative roles, automotive services, food preparation, healthcare, and various technical positions. Additionally, it highlights benefits such as health and welfare, vacation, and holidays workers are entitled to under SCA. The document emphasizes compliance with specific labor regulations regarding paid sick leave and uniform allowances. Furthermore, it provides guidance for contractors on conforming unlisted classifications and wage rates through a defined process, ensuring appropriate compensation for all employees engaged in federally contracted work. Overall, this wage determination aims to uphold labor standards and protect workers under federal contracts.
    The document outlines wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor for contracts awarded primarily in Maryland, specifically Allegany County. It establishes that contractors must adhere to minimum wage rates set by Executive Orders 14026 and 13658, with current minimums being $17.75 per hour or $13.30 for certain contracts, depending on award dates. The document details specific wage rates for various occupations, including administrative support, automotive service, health occupations, and more, highlighting the fringe benefits and paid leave entitlements mandated by recent executive orders. Furthermore, it includes compliance requirements, processes for classifying unlisted low-wage occupations, and confirms that contractors are responsible for wage and benefit obligations. The focus emphasizes ensuring fair worker compensation and adherence to federal standards within government contracts, essential for securing and executing government-funded services and projects effectively. This reflects the government's commitment to wage equity and workers' rights in federally funded roles.
    The document is a Wage Determination from the U.S. Department of Labor under the Service Contract Act, detailing minimum wage rates and fringe benefits for various occupations in West Virginia effective in 2025. It highlights the applicability of Executive Orders 14026 and 13658, mandating minimum hourly wages of at least $17.75 or $13.30 based on contract dates. The wage rates vary by occupation, with detailed rates for administrative, automotive, food service, health, information technology, and more, reflecting the requirements for contractors servicing federal contracts. Additionally, it states benefits such as health and welfare ($5.36 per hour), vacation leave, and paid sick leave provisions under Executive Order 13706. The document outlines the conformance process for unlisted occupational classifications, requiring contractors to formally classify and report non-listed job roles and their wage rates. This Wage Determination serves to ensure compliance with federal labor standards, providing transparency in contractor obligations and protecting workers' rights within government contracts.
    The document outlines Wage Determination No. 2015-4309 under the Service Contract Act, specifying required minimum wage rates for federal contractors in the Virginia counties of Harrisonburg and Rockingham. Contracts initiated or renewed after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, fall under Executive Order 13658, requiring at least $13.30 per hour. The document presents a comprehensive list of occupations with corresponding wage rates and fringe benefits, including health and welfare benefits and paid leave rights under applicable executive orders. Notably, it stipulates requirements for vacation and holiday benefits and guidelines regarding uniform allowances. The conformance process is also detailed, which outlines how contractors should classify any unlisted service employee classifications. This wage determination is vital for ensuring fair compensation for workers in federally contracted services and complies with relevant executive orders promoting paid sick leave. Overall, the document serves as a resource for contractors to navigate compliance with federal wage requirements in government contracts.
    The document outlines the Subcontracting Limitations Compliance Certification required for bidders on government contracts, specifically relevant to the Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB). It stipulates that contractors may not subcontract significant portions of service contracts: a maximum of 50% for service contracts, 85% for general construction contracts, and 75% for special trade construction contracts to firms that are not certified SDVOSB or VOSB. The certification includes legal ramifications for false information and requires offerors to provide documentation to the VA to demonstrate compliance, including invoices and subcontract details. Additionally, offerors must declare their intent regarding self-performance or subcontracting, explaining compliance strategies if subcontracting is planned. This requirement aims to ensure that veteran-owned businesses truly benefit from federal contracts, promoting accountability and supporting the socio-economic goals of the government in its procurement process.
    The Past Performance Questionnaire is a standardized assessment tool used by the Department of Veterans Affairs' NCO 5 to evaluate prospective government contractors' performance on previous contracts. Contractors must provide essential information such as their name, contact details, contract details, and services rendered. Assessors will then rate the contractor based on quality of service, schedule adherence, and business relations using a two-tier rating scale of Acceptable (A) and Unacceptable (U). The questionnaire contains specific metrics for contractors’ compliance with contractual requirements, service delivery timeliness, cost control, invoice accuracy, and overall business practices. Assessors are required to offer rationales for their ratings and opinions on the likelihood of awarding further contracts. The document’s structure includes sections for both contractors and assessors, with clear guidelines to ensure consistency in the evaluation process. The primary purpose of the questionnaire is to gather reliable performance data to inform future contract decisions, ensuring that awarded contracts are to contractors with proven performance records. This process aligns with government procurement protocols, emphasizing accountability and quality in public service contracts.
    The document outlines the requirements for a courier service contract to transport lab specimens from various Community-Based Outpatient Clinics (CBOCs) to the Martinsburg Medical Center in West Virginia. Each facility will have a dedicated driver and vehicle, with specific scheduled trip details provided for Cumberland, Franklin, Petersburg, and Harrisonburg CBOCs. Key operational timelines dictate that specimens must arrive at the Medical Center by 5:00-5:30 PM. Access protocols require drivers to check in at the facilities and adhere to badging procedures. Transport bags, provided by the VA, have designated dimensions and weight and facilitate specimen handling based on temperature needs. The contract is set to commence on October 1, 2025, following a previous agreement, and entails the fingerprinting of all drivers for security clearances. Points of contact for coordination will be provided post-award. Overall, this RFP is a recompete aimed at ensuring continued laboratory transport services, aligning with government funding and operational requirements for healthcare service delivery.
    The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs for laboratory courier services to transport specimens from various Community-Based Outpatient Clinics (CBOCs) to the Martinsburg Veterans Administration Medical Center (VAMC). The contract is set for a base period from October 2, 2025, to October 1, 2026, with option years available. Key requirements include using a single vehicle capable of transporting up to 30 pounds, specific pick-up and delivery schedules, and adherence to applicable safety and packaging regulations. Additionally, the contractor must be established, financially responsible, and capable of demonstrating relevant experience. Tracking and documentation of courier personnel qualifications are mandatory, along with electronic submission of payment requests. The RFP emphasizes compliance with small business regulations, particularly for service-disabled veteran-owned businesses. Relevant Federal Acquisition Regulation (FAR) clauses will be incorporated into the contract. The document concludes with specific clauses outlining compliance, payment processes, and rights of the contracting parties. This initiative reflects the government’s commitment to streamlined health services and support for veteran-owned businesses within federal procurement processes while ensuring timely and secure transportation of medical specimens.
    Similar Opportunities
    R602--Courier Service VISN 22 East Sites
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified sources to provide courier services for its VISN 22 East Sites, which include multiple locations across Arizona. The procurement aims to secure timely and secure transportation of medical supplies, biological specimens, pharmaceuticals, and dental instruments, with services required to be available 24/7/365 for urgent needs. This opportunity is critical for maintaining the operational efficiency of VA medical centers and outpatient clinics, ensuring compliance with health regulations and the safe handling of sensitive materials. Interested parties must submit their responses, including company information and capability statements, by December 10, 2025, at 10:00 a.m. PST, via email to Clift Domen at Clift.Domen@va.gov.
    Q301--Biodesix, Inc. (621 II) (PENDING PROPOSAL)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for reference laboratory services under the Federal Supply Schedule (FSS) program, specifically for medical laboratory testing related to disease diagnosis and patient health assessment. The procurement aims to establish contracts for services that comply with federal, state, and local regulations, including necessary licensing and accreditation, while ensuring that only new items are provided and that grey market goods are strictly prohibited. This opportunity is critical for enhancing the quality of healthcare services provided to veterans, with a focus on compliance with the Trade Agreements Act and other regulatory requirements. Interested vendors should contact Contract Specialist Brian O'Connell at Brian.O'connell@va.gov for further details, and they must adhere to the submission deadlines outlined in the solicitation documents.
    V225--Ambulance Services (Prestonsburg area) /
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for ambulance services in the Prestonsburg area, specifically for the Hershel "Williams" Williams VA Medical Center and its associated clinics. The contract, identified as 36C24526Q0076, encompasses a range of services including Basic Life Support (BLS), Advanced Life Support (ALS), Specialty Care Transport (SCT), and Critical Care Transport (CCT), requiring the contractor to provide all necessary vehicles, personnel, and equipment while adhering to strict federal, state, and local regulations. This procurement is crucial for ensuring reliable and timely transportation services for veterans, with a maximum contract value of $5 million over five years. Interested parties must submit their proposals by November 7, 2025, at 3 PM Eastern Time, and can direct inquiries to Mark Smith at mark.smith25@va.gov.
    R602--Courier services for FL CBOCs - Pensacola and Panama City
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) to provide courier services for the delivery and pick-up of dental instruments at Community Based Outpatient Clinics (CBOCs) located in Pensacola and Panama City, Florida. This presolicitation notice indicates that the procurement is essential for ensuring timely and efficient transportation of dental supplies, which are critical for patient care in these clinics. A formal solicitation package will be released later, with proposals due by December 19, 2025, at 10:00 am Central Time. Interested parties must be registered and verified in SAM, SBA VetCert, and comply with Vet 4212 reporting requirements; questions can be directed to Contracting Officer D. Rene' Impey at rene.impey@va.gov.
    EMERGENT REFERENCE LAB TESTING
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide emergent reference laboratory testing services for the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The procurement aims to secure laboratory testing for urgent/emergent patient specimens that cannot be performed in-house, including tests such as Mycobacteria Stains, Microbiology Specimens, and Therapeutic Drugs, with a required turnaround time of 24 hours or less for STAT testing. This service is critical for ensuring timely patient care and addressing urgent medical needs. Interested vendors must possess a current CMS CLIA Certificate for High Complexity Testing and a Laboratory Accrediting Agency Certificate, with responses due by November 19, 2025, at 4:00 PM CST. For further inquiries, vendors can contact Monica Reed at monica.reed@va.gov or by phone at 334-450-5679.
    V119--Philadelphia VAMC - Wheelchair Van Transportation Services
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 4, is seeking qualified contractors to provide Wheelchair Van Transportation Services for the Philadelphia Veterans Affairs Medical Center (VAMC). The procurement aims to establish a contract for non-emergency medical transportation services, specifically designed to accommodate wheelchair-bound veterans, with a focus on ensuring reliable and efficient transportation over a five-year period. This service is critical for facilitating access to medical appointments and enhancing the overall care experience for veterans. Interested parties must submit their proposals by December 12, 2025, at 10:00 AM, and all inquiries should be directed to Contract Specialist Cynthia A. Laemmerhirt at Cynthia.Laemmerhirt@va.gov. The contract will be set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 485991, with a size standard of $19 million.
    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.
    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.
    NATIONAL OPERATIONAL/MAILING SUPPLIES
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a five-year Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to supply operational and mailing supplies for seven Consolidated Mail Outpatient Pharmacy (CMOP) locations across the United States. This procurement includes a variety of essential items such as resealable bags, corrugated boxes, durable poly mailers, and child-resistant medical pouches, all of which must meet stringent specifications for safety and compliance with postal regulations. The contract aims to standardize purchasing processes, ensure fair pricing, and maintain high-quality service for the delivery of Veteran prescriptions. Interested vendors should contact Kelly L Mann at kelly.mann@va.gov or Larry Zaritz at larry.zaritz@va.gov, with a guaranteed minimum award of $50,000 and a maximum aggregate value of $49 million per contract. Proposals must be submitted by the specified deadlines, and vendors are required to be registered in SAM.gov.
    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.