R602--575 / Base +4 / Courier Contract / 575-25-1-5057-0001 (VA-25-00003728)
ID: 36C25925Q0021Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Local Messengers and Local Delivery (492210)

PSC

SUPPORT- ADMINISTRATIVE: COURIER/MESSENGER (R602)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting quotations for a total small business set-aside contract for courier services to support the Western Colorado VA Health Care System, with a contract period comprising a base year and four option years starting December 1, 2024. The contractor will be responsible for the timely transportation of laboratory specimens and medical supplies among various clinics and the Grand Junction VA Medical Center, adhering to specific regulations and ensuring the confidentiality of patient information. This procurement is critical for maintaining operational efficiency and supporting patient care within the VA healthcare delivery system. Interested vendors must submit their quotations and supporting documents via email to Contract Specialist Jim Lewis by 2:00 PM MDT on October 21, 2024, with a focus on demonstrating specialized experience in courier services for medical materials and compliance with wage determinations under the Service Contract Act.

    Point(s) of Contact
    Jim LewisContract Specialist
    (303) 712-5840
    james.lewis114fbb@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is seeking quotations for a Small Business set-aside contract focused on Courier Services for the Western Colorado VA Health Care System. The solicitation number is 36C25925Q0021, with a response deadline of October 21, 2024, at 2:00 PM MDT. Interested vendors are required to email their quotations and supporting documents to the contracting officer, Jim Lewis, by the specified deadline. The contract is structured as a firm-fixed price agreement with a base period and four subsequent option years. Evaluation of quotations will consider price and quality, with a focus on the vendor’s specialized experience in courier services, specifically for medical and biological materials. Offerors must provide references for at least three similar projects completed within the last three years. The award will be granted to the most advantageous bid that meets the funding constraints and demonstrates reasonable pricing in line with technical and performance standards. The notice emphasizes the importance of adhering to the submission timelines and the responsibility of vendors to ensure timely delivery of their quotes, reinforcing the procedural integrity of the contracting process.
    The Grand Junction VA HCS is soliciting courier services, replacing multiple previous contracts. The request for proposals includes vendor questions that address various contract details. Notably, the government does not require incumbent cost information, as there are no relevant metrics from prior contracts. Vehicles must accommodate at least four 2’x2’x2’ boxes or coolers, adhering to safety regulations. Vendors are expected to supply necessary equipment such as coolers and totes, with an estimated trip volume of 3,000 annually. For location verification, the Mesa Public Library's physical address is confirmed as 530 Grand, while 443 N 6th St. serves as the billing address. The document indicates that courier services are structured to facilitate next-day deliveries, where filled totes are exchanged for empties at specified locations. The summary addresses the essential logistics and requirements for potential vendors, aligning with standard practices in government RFP processes.
    The document titled "Register of Wage Determinations Under the Service Contract Act" specifies wage rates and benefits for various occupations involved in federal contracts in Mesa County, Colorado. It indicates that contracts subject to the Service Contract Act must comply with minimum wage requirements set by Executive Orders 14026 and 13658, with pay rates varying based on contract start or renewal dates. For 2024, the minimum wage is $17.20 for contracts beginning or renewed after January 30, 2022, and $12.90 for those prior. The document outlines wage rates for numerous occupations spanning administrative support, automotive services, health occupations, and technical roles, each with corresponding hourly rates. It details benefits including health and welfare payments, paid vacation, and sick leave provisions. Additionally, it mandates compliance with uniform allowances and specifies requirements for additional class classifications for unlisted occupations under the contract. Overall, the document serves as a guideline for contractors to ensure proper wage and benefit compensation for employees, aligning with federal regulations as part of government RFPs and grants, grounding itself in worker protections and fair labor practices within federal contracting environments.
    The document is a comprehensive wage determination issued by the U.S. Department of Labor under the Service Contract Act, specifying the required wage rates and benefits for various occupations in specified Colorado counties for contracts awarded in 2024. It outlines two key minimum wage standards based on contract dates: $17.20 per hour under Executive Order 14026 for contracts entered into after January 30, 2022, and $12.90 per hour under Executive Order 13658 for contracts awarded between January 1, 2015, and January 29, 2022. Additionally, the determination includes specific wage rates for numerous job classifications, detailed fringe benefits (such as health and welfare, vacation, and holiday pay), and the provision for paid sick leave under EO 13706. It clarifies compliance requirements related to uniform costs, hazard pay differentials for specific occupations, and procedures for classifying unlisted occupations through the conformance process. The document serves as a guide for contractors to meet legal wage obligations while ensuring worker protections aligned with federal contracts.
    The document is a Wage Determination Register under the Service Contract Act (SCA), issued by the U.S. Department of Labor. It outlines wage rates and fringe benefits that federal contractors must pay their workers in specific occupations within designated Colorado counties. The main wage requirements are delineated based on when contracts were entered or renewed, with specific rates of at least $17.20 or $12.90 per hour depending on the contract's timeline and applicable executive orders. The document includes an extensive list of occupations, each with specific wage rates. Contractors are also mandated to provide health and welfare benefits, vacation time, and paid holidays. Additionally, it discusses the process for classifying new occupations not listed, ensuring compliance with labor regulations. The intention is to uphold fair compensation standards for employees working on service contracts, thereby supporting labor rights within federally funded projects. This aligns with the broader context of federal RFPs and contracts, as it establishes clear requirements for contractors seeking government work while ensuring adequate compensation and benefits for workers involved.
    The document delineates wage determinations under the Service Contract Act, issued by the U.S. Department of Labor, specifically for federal contracts in Utah. It highlights mandatory wage requirements based on Executive Orders 14026 and 13658, with established minimum hourly rates for various occupations, reflecting a tiered structure contingent upon contract dates. For contracts effective after January 30, 2022, a minimum wage of $17.20 per hour applies, while older contracts adhere to a $12.90 per hour rate. The document meticulously lists occupations, their corresponding wage rates, and fringe benefits. It elucidates workers' rights, including annual wage adjustments and paid sick leave requirements under Executive Order 13706. Additionally, it outlines requisite benefits, including health and welfare stipends, vacation days, and paid holidays. The conformance process for unlisted job classifications necessitates detailed reporting to ensure equitable wage standards. Overall, this file serves to inform contractors about wage requirements and worker protections under federal laws, facilitating compliance with RFPs and grants aimed at enhancing workforce fairness and transparency within the realm of government contracting.
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs (VA) for courier services to support the Western Colorado Health Care System (WCHCS) over a five-year period, including a base year and four option years starting December 1, 2024. The contractor will provide daily couriers for laboratory specimens and other medical supplies among various clinics and the Grand Junction VA Medical Center. Services must be compliant with specific regulations, including the Service Contract Act and relevant insurance requirements. Key details include required specifications for vehicle and driver qualifications, expectations for timely pickups and deliveries, handling of biohazardous materials, and processes for invoicing and payment. The contractor is also responsible for maintaining confidentiality of patient information and ensuring compliance with health regulations. The RFP highlights the importance of local service availability and the urgency of deliveries, requiring a rapid response. Overall, the RFP emphasizes the critical nature of these services in supporting patient care and operational efficiency within the VA healthcare delivery system.
    Lifecycle
    Title
    Type
    Similar Opportunities
    R602--Courier Service, KC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide courier services for the Kansas City VA Medical Center in Missouri. The procurement aims to establish a Blanket Purchase Agreement (BPA) for the transportation of medical and laboratory items between the medical center and designated Community Based Outpatient Clinics (CBOCs), with services required Monday through Friday and additional 24/7 non-scheduled courier services. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses and other small firms, are encouraged to submit their qualifications and capability statements by October 25, 2024, to the Contracting Officer, Janie Juszczak, at janie.juszczak@va.gov. The performance period for the contract is set from February 1, 2025, to January 31, 2030, consisting of one base year and four option years.
    COURIER SERVCE
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide 24/7 courier services for the transportation of general and pharmacy supplies between the Huntington VA Medical Center in West Virginia and the Tri-State area, including the Prestonsburg Community Based Outpatient Clinic. The anticipated contract will be a single firm-fixed price agreement, commencing with a base period from November 1, 2024, to October 30, 2025, with options for four additional years. This service is crucial for ensuring timely delivery of essential supplies to support veterans' healthcare needs while adhering to stringent security and privacy regulations, including HIPAA and the Privacy Act. Interested parties must submit their capability statements by October 17, 2024, to Jennifer Elkins at jennifer.elkins2@va.gov, as this notice serves as a preliminary step in the acquisition process.
    R602--NJ MEDICAL COURIER SERVICES
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Medical Courier Services for the NJ Health Care System, specifically to facilitate the timely and secure transportation of medical equipment, drugs, specimens, and laboratory products between various VA Medical Centers and Community Based Outpatient Clinics (CBOCs) in New Jersey. The contract, structured as a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ), aims to ensure operational efficiency and enhance patient care for veterans by providing scheduled and on-call courier services, including emergency STAT services available 24/7. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), must submit their proposals by October 24, 2024, with the contract expected to commence on November 1, 2024, and run through October 31, 2025, with four optional one-year extensions. For further inquiries, interested parties can contact Mariangie Rivera at Mariangie.Rivera@va.gov or by phone at 518-626-6246.
    R602--NJ MEDICAL COURIER SERVICES
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide medical courier services for the New Jersey Healthcare System, specifically for the East Orange VA Medical Center and affiliated facilities. The procurement involves a Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract, requiring comprehensive courier services for the timely transport of medical equipment, medications, and specimens, adhering to all applicable regulations. This initiative is crucial for maintaining efficient healthcare operations and ensuring reliable logistics support for veteran services. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by the extended deadline of October 25, 2024, at 10:00 AM Eastern Time, and can direct inquiries to Contracting Officer Mariangie Rivera at Mariangie.Rivera@va.gov.
    V225--Ground Ambulance Services For Central Iowa VAHCS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide non-emergency ground ambulance services for the Central Iowa Veterans Health Care System (VAHCS). The procurement aims to identify potential sources capable of delivering 24/7 transportation services, including stretcher transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT) to veterans, while ensuring compliance with federal regulations and quality assurance measures. This initiative is crucial for maintaining reliable and safe transportation for veterans, with a focus on supporting small and veteran-owned businesses in the procurement process. Interested parties must submit their qualifications and complete the attached Sources Sought Worksheet by email to Joshua I. Imdacha at Joshua.Imdacha@va.gov by October 22, 2024, at 12:00 PM CST, as this notice is for information gathering only and does not constitute a solicitation.
    R602--Internal Package Delivery Tracking Hardware and Software Sys Washington DC VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to provide an Internal Package Delivery Tracking Hardware and Software System for the Washington DC VA Medical Center. The objective of this procurement is to enhance the tracking and accountability of both accountable and private carrier shipments, which includes the installation of new handheld scanning equipment and a web-based software solution that integrates with existing operations. This initiative is crucial for improving operational efficiency and ensuring the traceability of incoming mail and deliveries at the facility. Interested parties must submit their capability statements via email to Contract Specialist Sylvia Honesty at sylvia.honesty@va.gov by October 23, 2024, at 3:00 p.m. (Eastern Standard Time), as this Sources Sought notice serves as market research for the VA's acquisition strategy.
    V225--National Air-Ambulance (702) (VA-24-00010685)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for five Indefinite Delivery Indefinite Quantity (IDIQ) contracts to provide scheduled air ambulance broker services for eligible VA beneficiaries. The procurement aims to ensure 24/7 air ambulance transport services across the contiguous United States, Hawaii, and U.S. territories, primarily for patients requiring Advanced Life Support, with a focus on maintaining high standards of emergency medical transport and care responsiveness. The contract is set to commence on February 1, 2024, and will extend through multiple option periods until January 31, 2029, with a minimum guaranteed contract amount of $17,500 annually. Interested contractors can contact Contract Specialist Krystal Weeks at krystal.weeks@va.com or by phone at 509-321-1914 for further details.
    V225--36C257-25-AP-0104 | NEW | CTX ALS Critical Care Transportation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide non-emergency ambulance transportation services for the Central Texas Veterans Health Care Center (CTVHCS) and its associated clinics. The requirement includes Emergent, non-emergent Advanced Life Support (ALS), and Critical Care Transport (CCT) services, which must comply with all relevant federal, state, and local regulations. This opportunity is crucial for ensuring that veterans receive timely and appropriate medical transportation, and the VA is particularly interested in identifying capable small businesses for potential set-asides in the procurement strategy. Interested vendors must respond to the Sources Sought Notice by 11:00 AM Central Time on November 18, 2024, and can contact Contracting Officer Rafael Rodriguez at Rafael.Rodriguez2@va.gov for further details.
    S222--DEA Hazardous Drug Waste open
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the collection and disposal of DEA hazardous drug waste across multiple facilities in Colorado. The procurement aims to ensure safe and compliant management of hazardous pharmaceutical waste, requiring the contractor to provide all necessary containers, perform installation, removal, packaging, shipping, and disposal in accordance with federal, state, and local regulations. This contract is crucial for maintaining health and safety standards within healthcare facilities, with a one-year base period starting October 31, 2024, and four optional one-year extensions. Interested bidders must submit their quotes by October 21, 2024, and direct inquiries to Contract Specialist Jason Lawrence at jason.lawrence3@va.gov.
    V225--36C24424Q0823 COATESVILLE VA ALS/BLS/WC Transportation Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for Advanced Life Support (ALS), Basic Life Support (BLS), and wheelchair transportation services at the Coatesville Veterans Affairs Medical Center in Pennsylvania. The procurement aims to provide essential non-emergency medical transportation for veterans, ensuring compliance with federal, state, and local regulations while maintaining high standards of patient safety and service quality. Interested vendors must register with the System for Award Management (SAM) and submit their proposals electronically, addressing specific technical requirements and performance metrics by the solicitation closing date. For further inquiries, contact Cynthia Laemmerhirt at Cynthia.Laemmerhirt@va.gov or Kevin Lake at Kevin.Lake1@va.gov.