V212--PVAMC Shuttle Services
ID: 36C26226Q0004Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

All Other Transit and Ground Passenger Transportation (485999)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: MOTOR PASSENGER (V212)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified vendors to provide shuttle bus services for the Phoenix VA Healthcare System under solicitation number 36C26226Q0004. The contract, which is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the provision of personnel, labor, transportation, management, and vehicles to operate shuttle services, with specific requirements including a bus capacity of 21 passengers and continuous operation of two buses during service hours until 6:15 PM. Interested vendors must submit their proposals by August 11, 2025, at 14:00 MDT via email to Contract Specialist Jessica Brooks at JESSICA.BROOKS3@VA.GOV, with the potential contract duration extending up to five years, including a base year and four one-year options.

    Point(s) of Contact
    Jessica BrooksContract Specialist
    JESSICA.BROOKS3@VA.GOV
    Files
    Title
    Posted
    This government solicitation amendment, numbered 36C26226Q0004, addresses vendor questions regarding shuttle bus services for the Department of Veterans Affairs. Key clarifications include shuttle timing, with buses departing every 15 minutes alternately from the offsite lot and VAMC, completing a full loop in 20 minutes. The bus capacity requirement has been reduced to 21 passengers, and two buses are required to operate at all times. The service hours extend until 6:15 pm, with the last drop-off at that time. Validation stickers for parking will be distributed by drivers and scanned by passengers. Shuttle buses can be parked overnight at the Carl T Medical Center. Additionally, the requirement for window washing services has been removed from the contract.
    The document outlines a request for proposals (RFP) for shuttle services at the Phoenix VA Healthcare System, demonstrating a commitment to supporting service-disabled veteran-owned businesses (SDVOSBs) and compliance with federal regulations. The contract involves providing personal, labor, transportation, management, and vehicles for shuttle services over a five-year period, with a total award amount of $19 million. Offer due dates are clearly stated, with submissions required via email. The RFP emphasizes SDVOSB participation, mandating adherence to limitations on subcontracting and certification requirements. Additionally, it incorporates clauses related to contract execution, payment processing through electronic invoicing, and compliance with FAR and VAAR regulations concerning service contracts. This solicitation reinforces federal priorities for veteran-owned businesses while ensuring the delivery of necessary transportation services at the healthcare facility, fostering economic opportunity within the veteran community.
    The presolicitation notice outlines an upcoming opportunity for shuttle bus services at the Phoenix VA Healthcare System, as detailed in solicitation number 36C26226Q0004. The response deadline for interested vendors is set for August 25, 2025, at 2:00 PM Mountain Time. This contract is designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), adhering to the Product Service Code V212 and NAICS Code 485999. The contract will take place at the Department of Veterans Affairs located at 650 E. Indian School Road, Phoenix, AZ 85012. Interested vendors can contact the Contract Specialist, Jessica Brooks, via email at jessica.brooks3@va.gov or by phone at 480-466-7940. The notice emphasizes compliance with federal guidelines and showcases the VA's commitment to utilizing veteran-owned businesses for their service needs.
    The provided document is a comprehensive vendor information form, likely used by a government entity for federal, state, or local RFPs and grants. Its purpose is to collect essential data from potential vendors, covering administrative, financial, and business classification details. Key sections include vendor identification (name, address, contact information, tax ID, DUNS, and SSN), payment details, and existing contract information. It also mandates specific federal registrations like CCR and outlines checks against exclusion lists (EPLS and OIG HHS) to ensure vendor eligibility. The form categorizes vendors by business type (small, large, etc.) and socioeconomic groups, requiring self-certification. It also inquires about payment methods accepted, such as purchase cards. This form is critical for vetting and onboarding vendors, ensuring compliance with federal contracting regulations, and maintaining an accurate vendor database.
    The document outlines the vendor information requirements for federal government procurements, particularly in the context of Requests for Proposals (RFPs) and grants. It includes a structured format to collect essential vendor details such as service type, vendor identification, contact information, and business status indicators. Key sections include vendor registration with the Central Contractor Registration (CCR), tax identification needs, and socioeconomic classifications. Vendors must disclose whether they accept purchase cards, their DUNS number, and confirm eligibility as a 1099 vendor. Additionally, the document mandates the verification of vendor registrations and compliance with federal business operations before entering new data into the Veterans Affairs (VA) database. Overall, the primary purpose is to establish comprehensive standards for vendor information to facilitate efficient government contracting processes.
    This government solicitation, 36C26226Q0004, issued by the Department of Veterans Affairs, NCO 22, seeks shuttle services for the Phoenix VA Healthcare System. It is designated as a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract period includes a base year from October 1, 2025, to September 30, 2026, with four one-year options, extending the potential contract duration to five years until September 30, 2030. Key requirements include providing personnel, labor, transportation, management, and vehicles for parking shuttle services, adhering to the attached performance work statement and all applicable federal and state laws. Offers are due by August 11, 2025, at 14:00 MDT, and must be submitted via email to Contract Specialist Jessica Brooks. Invoicing is mandatory through the Tungsten Network. The document outlines contract terms, conditions, and various clauses, including those related to payment, subcontracting limitations for SDVOSBs, and supplemental insurance requirements.
    This document outlines a Request for Proposal (RFP) for shuttle services at the Phoenix VA Healthcare System. The contract, valued at $19 million, involves providing personnel, labor, transportation, management, and vehicles compliant with federal regulations from October 1, 2025, to September 30, 2030, with options for extensions. The RFP emphasizes the importance of servicing small businesses, notably those owned by service-disabled veterans, making it a set-aside for this demographic. Proposals must be submitted electronically, with inquiries due by August 4, 2025, and the final proposals by August 11, 2025. The document also outlines payment methods, invoicing specifics, and administrative requirements. It incorporates various federal acquisition regulations and outlines responsibilities including compliance with insurance, contract terms, and electronic submission of payment requests. The RFP aims to secure reliable shuttle services, highlighting the government’s commitment to supporting veteran-owned businesses while ensuring quality service delivery.
    The VA-FSC Vendor File Request Form is a document designed for vendors seeking to establish or update their payment records with the Department of Veterans Affairs. It requires the vendor to provide essential information such as their type (commercial, employee, individual, veteran, etc.), unique identifiers (like UEI and SSN), banking details for electronic payments, and other pertinent contact information. The form categorizes vendors into various types and details required actions based on their classification. It emphasizes the necessity of being registered in the System for Award Management (SAM) and outlines the importance of the Electronic Funds Transfer (EFT) for efficient payment processing. The completion and submission process entails verifying current and previous addresses and includes provisions for privacy compliance under the Privacy Act of 1974. The document concludes with contact information for further inquiries and instructions on documentation submission via secure fax. Overall, the form facilitates the VA's vendor management and payment processing systems, ensuring compliance with federal regulations.
    Form W-9, "Request for Taxpayer Identification Number and Certification," is used by U.S. persons (including resident aliens) to provide their correct Taxpayer Identification Number (TIN) to entities that must file information returns with the IRS. It ensures accurate reporting of income, such as interest, dividends, and other payments, and helps avoid backup withholding. The form requires certification that the provided TIN is correct and that the individual is not subject to backup withholding. It also details when backup withholding applies, exemptions, and penalties for providing false information. Specific instructions are provided for various entity types, including individuals, sole proprietors, corporations, partnerships, and LLCs, regarding how to complete the form and obtain a TIN if needed. The document clarifies who is considered a U.S. person for tax purposes and includes a Privacy Act Notice and information on identity theft prevention. Foreign persons should use Form W-8 instead.
    The document primarily outlines the instructions and requirements for completing IRS Form W-9, which is used by U.S. persons to provide their Taxpayer Identification Number (TIN) to requesters. The form certifies that the information given is accurate, confirms the individual is not subject to backup withholding, and acknowledges the applicable definitions of U.S. persons, including individuals, corporations, and partnerships. Key information includes the need to provide accurate TINs to avoid potential penalties and backup withholding on payments. Guidelines for exempt payees and specific instructions for classifications such as sole proprietorships and limited liability companies (LLCs) are provided. The necessity of the form within the context of tax reporting and compliance, particularly for entities involved in federal grants, RFPs, and other payment requests, is emphasized. The document also stresses the significance of safeguarding personal information to prevent identity theft and outlines steps for obtaining a TIN. Overall, the Form W-9 serves as an essential tool for tax reporting in various governmental and business transactions.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    W023--650-26-1-4824-0007: Eagle Square Shuttle Lease (VA-26-00024413)
    Buyer not available
    The Department of Veterans Affairs intends to award a sole-source contract for the lease of a 2018 Chevrolet Van to Autoflex Inc. for the VA Providence Healthcare System in Rhode Island. This procurement is essential for providing transportation services within the healthcare system and is authorized under FAR 6.302.1-1, which allows for contracting with only one responsible source. Interested vendors must be registered in SAM.gov and VetCert, with veteran-owned small businesses verified by the SBA, and should direct inquiries to Contracting Specialist Sebastian Freeze at sebastian.freeze@va.gov. The contract will have a one-year base period with two option years, fulfilling the requirements of FAR Part 5.101(a).
    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.
    Valet Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Valet Services at multiple locations within the North Texas Health Care System, including Dallas, Fort Worth, and Bonham. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires the contractor to provide professional valet services, including managing vehicle traffic, securing vehicles, and ensuring timely service for disabled veterans and visitors. This service is crucial for enhancing accessibility and convenience at VA facilities, with a contract duration from January 28, 2026, to January 27, 2027, and four optional one-year extensions potentially extending to January 27, 2031. Interested parties should contact Dayna Cantu at dayna.cantu@va.gov or Shannon Hodgson at shannon.hodgson@va.gov for further details, and proposals must adhere to the outlined evaluation criteria and submission deadlines.
    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.
    V225--Non-Emergent Ground Ambulance CON54 Southern Arizona VA Health Care System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for non-emergency ground ambulance transportation services for the Southern Arizona VA Health Care System (SAVAHCS). The contractor will be responsible for providing Basic Life Support (BLS), Advanced Life Support (ALS), Specialty Care Transport (SCT), and Critical Care Transport (CCT) services, ensuring availability 24/7, including weekends and holidays. These services are crucial for the timely and effective transportation of patients within the VA healthcare system, adhering to state regulations and standards. Interested contractors should note that the solicitation (No. 36C26226Q0121) has a base period from February 1, 2026, to September 30, 2026, with four one-year options extending through September 30, 2030. For further inquiries, contact Rochelle Bennett at Rochelle.Bennett@va.gov or Mayte Diaz at Mayte.Diaz@va.gov.
    V225--Non-Emergent Ground Ambulance CON120 Southern Arizona VA Health Care System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for non-emergency ground ambulance transportation services for the Southern Arizona VA Health Care System (SAVAHCS) and its associated clinics. The contractor will be responsible for providing Basic Life Support (BLS), Advanced Life Support (ALS), Specialty Care Transport (SCT), and Critical Care Transport (CCT) services, available 24/7, including weekends and holidays. This contract is crucial for ensuring timely and effective medical transportation for veterans, with a base period from February 1, 2026, to September 30, 2026, and four one-year options extending the contract until September 30, 2030. Interested contractors must possess a "Certificate of Necessity" from the Arizona Department of Health Services and can direct inquiries to Rochelle Bennett at Rochelle.Bennett@va.gov or Mayte Diaz at Mayte.Diaz@va.gov.
    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.
    V226--Detroit VAMC - Non-Emergency Medical Transportation Base 3 | Start: 1/1/2026
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for non-emergency medical transportation services for the John D. Dingell VA Medical Center in Detroit, Michigan, with a contract start date of January 1, 2026. The contractor will be responsible for providing both ambulatory and non-ambulatory transportation services, including all necessary vehicles, personnel, and management, available 24/7 to meet the needs of the VA and its associated clinics. This service is crucial for ensuring that veterans receive timely and efficient transportation to medical appointments, thereby enhancing their access to healthcare. Interested Service-Disabled Veteran-Owned Small Businesses must submit their quotations by December 16, 2025, at 1 PM EST, with an estimated contract value of up to $19 million.
    V225--Non-Emergent Ground Ambulance CON65 Southern Arizona VA Healthcare System
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to provide non-emergency ground ambulance transportation services for the Southern Arizona VA Healthcare System (SAVAHCS) under Solicitation Number 36C26226Q0120. The contract will cover a range of services, including Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT), with the requirement for 24/7 availability, including weekends and holidays. This indefinite-quantity contract will have a base period from February 1, 2026, to September 30, 2026, with four additional one-year option periods extending through September 30, 2030. Interested contractors must comply with Arizona state regulations and submit invoices monthly via the Tungsten Network. For further inquiries, potential bidders can contact Rochelle Bennett at Rochelle.Bennett@va.gov or Mayte Diaz at Mayte.Diaz@va.gov.