V999--AMENDMENT 0001 TO COMBINED SYNOPSIS/SOLICITATION FOR: Hershel "Woody" Williams VA Medical Center (Huntington, WV) Off-Site Parking Shuttle Services
ID: 36C24525Q0520Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Transit and Ground Passenger Transportation (485999)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- OTHER: OTHER (V999)

Set Aside

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

    The Department of Veterans Affairs is seeking proposals for off-site parking shuttle services at the Hershel "Woody" Williams VA Medical Center in Huntington, West Virginia. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to provide reliable transportation for veterans, students, and staff between an off-site parking area and the medical center, addressing parking shortages due to ongoing repairs. The contract will be structured as a firm-fixed-price agreement for a base year with three optional renewal periods, with proposals due by June 4, 2025, at 1:00 PM Eastern Time. Interested vendors should contact Contracting Officer Darren G. Morris at darren.morris2@va.gov for further details and to ensure compliance with all solicitation requirements.

    Point(s) of Contact
    Darren G. MorrisContracting Officer, NCO 5
    darren.morris2@va.gov
    Files
    Title
    Posted
    The document is a combined synopsis/solicitation for off-site parking shuttle services at the Hershel "Woody" Williams VA Medical Center in Huntington, WV. The contracting office is located in Martinsburg, WV, and the solicitation number is 36C24525Q0520. Responses are due by June 4, 2025, at 1:00 PM Eastern Time. This solicitation is designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the Product Service Code V999 and NAICS Code 485999. Essential attachments related to the solicitation include details about the requirements for the shuttle service, wage determinations, subcontracting limitations, past performance questionnaires, and a Q&A document regarding the request for quotation. The primary purpose of this solicitation is to acquire shuttle services that improve transportation options for veterans accessing the medical center, reflecting the VA's commitment to providing accessible healthcare. Interested parties are encouraged to refer to the attached documents for comprehensive details related to the solicitation requirements and evaluation criteria. The contact for inquiries is Darren G. Morris, Contracting Officer, whose email is provided for communication.
    This document is an amendment to the combined solicitation for off-site parking shuttle services at the Hershel "Woody" Williams VA Medical Center in Huntington, WV. It includes important details such as the solicitation number (36C24525Q0520), response deadline (June 4, 2025, at 1:00 PM ET), and the contracting office's contact information. The amendment aims to provide vendors with the final questions and answers (Q&A) to prepare their quotes accurately. Attached are the relevant documents for this purpose. This amendment falls under the service-disabled veteran-owned small business (SDVOSBC) set-aside and utilizes NAICS code 485999. The overall structure of the document includes general information, a description of the amendment's purpose, and specific instructions for accessing additional information. This filing reflects the government's commitment to ensuring transparency and clarity in the solicitation process, facilitating fair competition among vendors for government contracts.
    The federal solicitation addresses a shuttle service requirement specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVSOB). The contract entails a firm-fixed-price structure consisting of a base year and three option years, anticipated to start on June 30, 2025, pending award completion. There are currently no incumbents for this work, and no weekend or extended hours of service are expected in the future. Shuttle route adjustments will be coordinated with the Contracting Officer’s Representative (COR) upon lot identification. While no significant surge events are planned, potential impacts could arise from garage repairs affecting parking availability, leading to increased shuttle demand. The VA will provide secure parking for shuttles but requires details on service specifications in the request for proposals (RFP) to facilitate timely operations. Key logistical requirements include providing cell phones for contractor staff for daily coordination and determining passenger capacity for efficient service execution. Overall, the document outlines essential operational details and preparations necessary for the shuttle service procurement process in the context of government contracting.
    The document outlines the requirements for a new transportation service contract for the VA, specifically designed for a Shuttle Service to assist veterans. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with the expected contract type being Firm Fixed Price (FFP) for a base year plus three option years. The shuttle service, which is to commence on June 30, 2025, requires coordination primarily with the Contracting Officer's Representative (COR) and includes strict adherence to ADA guidelines for vehicle specifications. The estimated passenger capacity is around 200-250, necessitating a mix of vehicles that must comply with safety regulations. The document indicates that no special events currently impact shuttle volume, though potential future construction may increase user demand. The timeline for the Request for Proposal (RFP) is set for no later than May 21, 2025, with budget parameters determined by competitive quotes. This solicitation aims to enhance veteran accessibility to services while ensuring compliance with federal and local transportation standards.
    The document is a government-related communication primarily focused on requests for proposals (RFPs) and grants at the federal, state, and local levels. It outlines the requirements and processes involved in submitting proposals for projects that seek funding. The key themes revolve around compliance, structured proposal requirements, eligibility criteria, and the evaluation process for these proposals. Each section emphasizes adherence to specific government regulations and guidelines essential for securing funding, thus ensuring the proposals align with governmental priorities and standards. The document aims to guide potential applicants through the intricacies of the application process, highlighting critical deadlines, documentation needs, and the importance of detailed project descriptions. Overall, this serves as a resource for entities seeking government grants or contracts, facilitating informed submissions that meet regulatory expectations and promote successful outcomes.
    This document outlines the Subcontracting Limitation Compliance Certification required for federal government solicitations, particularly for Veterans Affairs (VA) contracts. It specifies the limitations on subcontracting for service contracts (not exceeding 50% to non-certified firms), general construction contracts (limited to 85% with similar restrictions), and special trade construction contracts (up to 75%). The offeror must certify compliance with these limitations and acknowledges that fraudulent certification can lead to penalties, including prosecution. The document also highlights that the contractor must provide documentation for compliance and may face consequences for non-compliance, which includes potential referral to the VA Suspension and Debarment Committee. Additionally, the document contains a section for subcontracting inquiry responses, requiring details on the contractor's intention to self-perform or subcontract work, along with strategies to ensure compliance with subcontracting limitations. The purpose of this document is to ensure accountability and support for service-disabled veteran-owned and veteran-owned small businesses in federal contracting by establishing clear guidelines and consequences regarding subcontracting practices.
    The Past Performance Questionnaire is designed for evaluating potential government contractors, specifically for the Department of Veterans Affairs, NCO 5. It contains sections for contractors to provide essential details like name, contract information, and services rendered, ensuring accurate assessment by designated assessors. Assessors must rate contractors based on three main categories: Quality of Service, Schedule, and Business Relations, utilizing a binary rating system (Acceptable or Unacceptable). Each section includes prompts for justification of ratings to provide a clear rationale for assessment outcomes. Additionally, assessors must comment on the contractors' ability to resolve issues, maintain positive relationships, and deliver reports or invoices timely. The questionnaire concludes with assessors’ overall ratings on contractor performance and a section for general comments. This structured evaluation emphasizes accountability and performance history as critical factors in government procurement processes, ensuring reliable service delivery for federal projects. By assessing past performance, the questionnaire aims to enhance the selection process for potential contractors seeking government contracts.
    The document outlines a Request for Proposals (RFP) for shuttle services at the Hershel "Woody" Williams Veterans Affairs Medical Center (VAMC) in Huntington, West Virginia. Due to ongoing repairs to the medical center's parking garage, which has reduced available spaces, the VAMC requires a shuttle service for veterans, students, and staff to transport them between an off-site parking area and the medical center. The contract consists of a base year and three optional renewal periods. Key requirements include providing a reliable fleet of vehicles, qualified drivers with appropriate licenses, handicap-accessible transportation, and efficient operational schedules. Performance metrics such as punctuality, safety, and customer satisfaction will be monitored. Additionally, the contractor must adhere to government regulations, including background checks for employees and maintaining compliance with local traffic laws and safety measures. The RFP emphasizes the importance of maintaining communication with VAMC clients for reporting issues and updates about shuttle services. There are specified timelines for proposal submission and requirements for monthly invoicing and electronic payment processing. The overarching goal is to ensure safe and reliable transportation for veterans and visitors while addressing the current parking challenges at the facility.
    The document is an amendment to a Request for Proposal (RFP) issued by the Department of Veterans Affairs, specifically from the Veterans Health Administration's Network Contracting Office 5. The primary purpose of this amendment is to provide offerors with the final version of questions and answers (Q&A v2), which will aid in the final preparation of their quotes for the solicitation number 36C24525Q0520. The amendment indicates that all other terms and conditions of the contract remain unchanged. The contracting officer, Darren G. Morris, has instructed that all offers must acknowledge receipt of this amendment by specific methods before the deadline to avoid rejection. The amendment serves to clarify the solicitation process and facilitate a smoother bidding environment for potential contractors, ensuring transparency and communication between the Veterans Affairs and bidders. Overall, this document aligns with typical government procurement practices, providing essential updates and maintaining regulatory compliance during the bidding phase.
    Similar Opportunities
    M1LZ--Valet and Two (2) Separate Parking Lot Attendants
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, has issued a solicitation for valet and parking lot attendant services at the Northport VA Medical Center in New York. The contract, which is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires continuous coverage for three parking lots, with specific staffing requirements including a minimum of five attendants for valet services and one attendant for monitoring other lots. This service is crucial for ensuring efficient vehicle management and adherence to VA regulations, with a contract period starting from October 1, 2025, and extending through four optional years. Interested contractors must submit their proposals by September 17, 2025, at 10:00 AM EDT, and can direct inquiries to Contract Specialist Dolores Sachuk-Thompson at Dolores.Sachuk-Thompson@va.gov.
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the construction of a 93,200-square-foot gravel parking lot with 320 spaces at the Dayton VA Medical Center, as part of a project aimed at expanding staff parking. The contractor will be responsible for all labor, materials, and equipment necessary for site preparation, grading, gravel installation, and the placement of parking blocks, adhering to federal, state, local, VA, and OSHA standards. This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 236220, with an estimated contract value between $250,000 and $500,000. Proposals are due by January 22, 2026, at 10:00 AM local time, and interested bidders are encouraged to attend a site visit on December 18, 2025. For further inquiries, contact Contract Specialist Matthew Curtis at Matthew.Curtis1@va.gov.
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the expansion of the B330 Staff Parking Lot at the Dayton VA Medical Center, under project number 552-26-502. The project entails constructing an approximately 93,200 square foot gravel parking lot that will accommodate around 320 parking spaces, thereby enhancing the existing staff parking area. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated construction cost ranging from $250,000 to $500,000, and a projected period of performance of 90 calendar days. The solicitation is expected to be posted on SAM.gov around November 14, 2025, with proposals due approximately 30 days thereafter; interested parties should contact Contract Specialist Matthew Curtis at Matthew.Curtis1@va.gov for further inquiries.
    Oklahoma City Overflow Parking
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (DVA) is seeking expressions of interest for a 20-year lease of approximately 1,000 parking spaces to serve as an overflow parking lot for the Oklahoma City VA Medical Center. The selected offeror will be responsible for the design, construction, maintenance, and operation of the facility, which must meet DVA specifications for various amenities, including fencing, gates, shuttle waiting areas, and video surveillance. This procurement is crucial for accommodating the parking needs of veterans and their families visiting the medical center, with a firm lease term of 10 years and an optional additional 10-year term, anticipated to commence on October 1, 2026. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), must submit electronic expressions of interest by December 29, 2025, to Miranda Kloeppel at miranda.kloeppel@va.gov, with an estimated tenant improvement budget between $251,000 and $500,000.
    V225--Martinsburg VAMC Ground Ambulance Transportation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a five-year Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Ground Ambulance Transportation services to support the Martinsburg VA Medical Center and its associated Community-Based Outpatient Clinics. The contract will encompass a range of services, including Advanced Life Support (ALS), Basic Life Support (BLS), and Critical Care Transport (CCT), available 24/7, with specific requirements for contractor personnel qualifications, vehicle standards, and compliance with federal regulations. This procurement is crucial for ensuring timely and effective medical transportation for veterans in the designated service areas across Pennsylvania, Maryland, Virginia, and West Virginia. Interested contractors should note that the minimum guaranteed contract amount is $1,000.00, with a maximum ceiling of $2,600,000.00, and proposals are due by December 18, 2025, at 1:00 PM EST. For further inquiries, contact Dan Feng Lu at DanFeng.Lu@va.gov.
    Z2LZ--549-919 Herzog Shuttle Parking Lot Minor Construction Dallas VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "549-919 Herzog Shuttle Parking Lot Minor Construction" project at the Dallas Veterans Affairs Medical Center (VAMC). This procurement involves minor construction services related to the repair or alteration of parking facilities, with a focus on enhancing the infrastructure for veteran services. The estimated contract value is approximately $2,399,010.00, with bids received ranging from $2,180,123.00 to $5,053,406.00, and the project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties can contact Contract Specialist Joseph Rossano at Joseph.Rossano@va.gov or Amanda Webster at Amanda.Webster@va.gov for further details.
    V225--Ambulance Service | Follow on Base 3 | Start: 3/1/26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses for ambulance services at the Dayton VA Medical Center, with the contract set to commence on March 1, 2026. The procurement includes Advanced Life Support (ALS) and Basic Life Support (BLS) services, covering a base period until October 31, 2026, with options for two additional one-year periods. These services are critical for providing timely medical transportation to veterans, ensuring compliance with federal regulations and safety standards. Interested vendors must submit their quotations by December 19, 2025, at 1 PM EST, and can contact Contracting Officer Robert Bolcavage at robert.bolcavage@va.gov for further details.
    V119--Wheelchair Van Service
    Veterans Affairs, Department Of
    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.
    Y1LZ--Project 620-23-102 Repave Parking Lot G at the Montrose VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for Project 620-23-102, which involves repaving Parking Lot G at the Montrose VA Medical Center in New York. This project is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, requiring contractors to provide all necessary materials, equipment, and personnel to complete the work, which includes general construction, demolition, grading, drainage, and the installation of pole-mounted lighting. The project has a construction magnitude estimated between $500,000 and $1,000,000, with a completion timeline of 180 calendar days from the Notice to Proceed. Interested bidders must be registered in SAM.gov and verified as an SDVOSB, with the solicitation expected to be released around December 9, 2025. For further inquiries, contact Contracting Officer Daniel Barone at Daniel.barone@va.gov or by phone at 914-737-4400 ext. 2046.
    V212--Bedford VA Medical Center Special Mode/ Wheelchair Van Transportation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, VISN 1, New England, is seeking qualified organizations to provide Special Mode/Wheelchair Van Transportation Services for Veteran Beneficiaries at the Bedford VA Medical Center in Bedford, Massachusetts. The procurement aims to identify capable parties to support an estimated requirement of approximately 1,000 one-way trips per month, contributing to the transportation needs of veterans in the area. This sources sought notice is part of market research to determine the acquisition method, which may include set-asides for small businesses or full and open competition. Interested parties are invited to submit their organizational details and tailored capability statements by January 15, 2026, at 12:00 PM EST, to sebastian.freeze@va.gov and david.roy@va.gov.