V212--NEMT Base w/WD
ID: 36C26226Q0114Type: Solicitation
Overview

Buyer

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

NAICS

Special Needs Transportation (485991)

PSC

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

Set Aside

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

    The Department of Veterans Affairs, specifically the Network Contracting Office 22, is seeking proposals for Non-Emergent Medical Transportation (NEMT) services for the VA Long Beach Healthcare System. The contract will cover various transportation needs, including wheelchair vans, hired cars, and gurney vans, with services categorized by base rates, per-mile charges, and waiting times, spanning from April 1, 2026, to September 30, 2030. This procurement is crucial for ensuring that veterans have reliable access to medical appointments and services. Interested vendors must submit their offers via email to Contract Specialist Diana McInnis at diana.mcinnis@va.gov by January 16, 2026, at 1:00 PM PST, and are encouraged to attend a site visit on January 6, 2026, to better understand the requirements.

    Point(s) of Contact
    Diana McInnisContract Specialist
    (909) 739-0807
    diana.mcinnis@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice for Non-Emergent Medical Transportation (NEMT) services. This solicitation, numbered 36C26226Q0114, is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and has a response date of January 16, 2026, at 1:00 PM Pacific Time. The selected contractor will provide non-emergent wheelchair, gurney, and hired car transportation for Veteran patients of the Veterans Affairs Long Beach Healthcare System (VALBHS) 24/7, including holidays. The contracting office is located in Phoenix, AZ, and the point of contact is Contract Specialist Diana McInnis. This notice outlines the VA's requirement for reliable medical transportation to support Veteran healthcare.
    The document outlines a comprehensive Vendor Information form designed for federal government RFPs, grants, and state/local RFPs. It collects crucial details such as vendor name, address, tax ID, phone/fax, email, payment address, point of contact, and account number. The form also inquires about existing contracts, payment terms, and prompt payment discounts. Mandatory fields include tax identification or social security number, DUNS number, and Central Contractor Registration (CCR) status. Vendors must also specify their business type (e.g., small, large, outside VA) and socioeconomic group (e.g., veteran-owned, woman-owned, small disadvantaged). Additionally, the form checks if the vendor accepts purchase cards and requires confirmation of their ability to do business with the Federal Government by checking specific exclusion lists. This form ensures compliance and gathers essential information for all vendors seeking to engage with government contracts.
    This government solicitation, 36C26226Q0114, is issued by the Department of Veterans Affairs, Network Contracting Office 22, for Non-Emergent Medical Transportation Services for the VA Long Beach Healthcare System. The contract covers various transportation needs, including Wheelchair Vans, Hired Cars, and Gurney Vans, with services categorized by base rates, per-mile charges, incomplete pick-up fees, and waiting times. The solicitation includes a base period from April 1, 2026, to September 30, 2026, and four one-year option periods extending through September 30, 2030, with estimated quantities for each service type. Key dates include a site visit on January 6, 2026, questions due by January 8, 2026, and offers due by January 16, 2026, at 1:00 PM PST. Offers must be submitted via email to Diana McInnis at Diana.McInnis@va.gov. Invoices will be submitted electronically via Tungsten Network. The contract incorporates various FAR and VAAR clauses, including those for commercial products and services, restrictions on subcontracting, and electronic submission of payment requests.
    This amendment, identified as 36C26226Q0114 0001, concerns the solicitation for Non-Emergent Medical Transportation services for the Department of Veterans Affairs, Network Contracting Office 22 in Phoenix, AZ. The purpose of this amendment is to modify the original solicitation, with offers now due by January 16, 2026, at 1:00 PM PST. Vendors planning to attend the site visit on January 6, 2026, are required to bring hard copy photos of all vehicle types. Contractors must acknowledge the amendment by completing blocks 15A, 15B, and 15C and page 3 of the original solicitation. Failure to acknowledge the amendment may result in the rejection of an offer.
    The VA-FSC Vendor File Request Form (VA Form 10091) is used by the Department of Veterans Affairs to establish or update vendor records for payment processing. This form is essential for federal, state, and local RFPs, federal grants, and other government-related transactions requiring vendor registration. It collects comprehensive vendor information, including payee type, identifying numbers (SSN/TIN, UEI, NPI), business details, authorized representative contacts, and current/previous addresses. A critical component is the Electronic Funds Transfer (EFT/ACH) section, requiring bank name, routing, and account numbers to facilitate electronic payments. The form emphasizes compliance with federal regulations such as FAR 4.1102 for SAM.gov registration and 31 CFR Part 208 for EFT. Instructions are provided for both new and existing vendors, with specific requirements for different vendor types (e.g., commercial, federal agency, foreign, medical provider). The Privacy Act Statement informs respondents about data usage and consequences of non-compliance. The estimated respondent burden is 15 minutes, and completed forms are to be submitted via secure fax. Contact information for inquiries is also provided.
    Form W-9, issued by the Department of the Treasury and Internal Revenue Service, is essential for U.S. persons (including resident aliens) to provide their correct Taxpayer Identification Number (TIN) to entities required to file information returns with the IRS. This form certifies the accuracy of the TIN and, when applicable, claims exemption from backup withholding. It details specific instructions for various entities like individuals, sole proprietors, corporations, partnerships, and Limited Liability Companies (LLCs) on how to correctly fill out the name and TIN sections. The document also explains the conditions under which payments are subject to backup withholding, the types of payees and payments exempt from it, and the penalties for failing to furnish a correct TIN or falsifying information. Crucially, it clarifies who is considered a U.S. person for federal tax purposes and advises foreign persons to use Form W-8 instead. The form also includes important information regarding identity theft and how to protect tax records.
    Lifecycle
    Title
    Type
    V212--NEMT Base w/WD
    Currently viewing
    Solicitation
    Similar Opportunities
    V225--ELP Wheelchair Transportation Services I 60-month
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking qualified vendors to provide ELP Wheelchair Transportation Services for a 60-month period. The procurement aims to secure non-emergent transportation services for veterans, ensuring compliance with safety and regulatory standards while offering 24/7 availability, including weekends and holidays. This service is crucial for facilitating the mobility of veterans across Texas and New Mexico, enhancing their access to medical care and support. Interested vendors must submit their proposals by January 21, 2026, with inquiries directed to Contract Specialist Mariangie Rios-Vazquez at mariangie.riosvazquez@va.gov or by phone at 210-996-8816. The estimated contract value is approximately $1.8 million over the contract duration.
    V999--Sources Sought
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to provide special needs transportation services for eligible Veteran beneficiaries residing in central Florida. The procurement aims to ensure 24/7 transportation to various destinations, including VA and non-VA medical facilities, Veteran domiciles, and other locations as directed by the VA. This service is crucial for facilitating access to healthcare for Veterans, particularly those with special needs, and will cover primary facilities such as the Orlando VA Medical Center, William V. Chappelle, Jr. Community Based Outpatient Clinic, and Viera VA Health Care Center. Interested parties must respond to the Sources Sought Notice (36C24826Q0203) by January 16, 2026, at 3:00 PM Eastern Time, and can contact Contracting Officer Kurt J. Kramer at Kurt.Kramer@va.gov or 407-840-9048 for further information.
    V212--Boston VA Healthcare System Special Mode/Wheelchair Van Transportaion Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is conducting market research to identify qualified vendors for Special Mode/Wheelchair Van Transportation Services for Veteran Beneficiaries in the Boston, Massachusetts area. The procurement aims to support an estimated 5,000 one-way trips per month, ensuring that veterans have access to necessary transportation services. This sources sought notice is part of the government's efforts to evaluate market capacity and may lead to a contract that could be set aside for small businesses or opened to full competition. Interested parties are invited to submit their organizational details and tailored capability statements by January 15, 2026, at 12:00 PM EST, to David Roy at David.Roy@va.gov and Sebastian Freeze at Sebastian.Freeze@va.gov.
    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.
    V225--Ambulance Services (Gallipolis area)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for ambulance services in the Gallipolis area, specifically for the Hershel “Williams” Williams VA Medical Center and its associated clinics. The procurement involves a fixed-price, indefinite delivery/indefinite quantity (IDIQ) contract that requires the contractor to provide Basic Life Support (BLS), Advanced Life Support (ALS), Specialty Care Transport (SCT), and Critical Care Transport (CCT) services, ensuring compliance with federal, state, and local regulations. This contract is crucial for maintaining patient welfare and timely medical transport, with an estimated 10-20 transports daily on weekdays and a minimum guarantee of $1,000 over five years. Interested parties must submit their proposals by January 9, 2026, at 3:00 PM Eastern Time, and can contact Mark Smith at mark.smith25@va.gov for further information.
    V225--Maine Ambulance unrestricted
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for unrestricted ambulance services, specifically Basic Life Support (BLS), Advanced Life Support (ALS), and Specialty Care Transport (SCT), for eligible Veteran beneficiaries within the VA Maine Healthcare System. The contractor will be responsible for providing all necessary labor, materials, and supervision under a firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contract, which spans five years with a minimum annual guarantee of $1,500 and an ordering ceiling of $5,500,000. These services are crucial for ensuring timely transport to and from the Togus VA, VA Community Based Outpatient Clinics in Maine, and other medical centers in Massachusetts and Vermont, with strict adherence to federal, state, and local regulations. Interested contractors should contact Contract Specialist Sterling R Mathews at sterling.mathews@va.gov for further details regarding the proposal submission process and requirements.
    VHA-Uber Health Connect Initiative
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the VHA-Uber Health Connect Initiative, aimed at enhancing healthcare delivery for veterans through innovative transportation solutions. This initiative focuses on program management and support services to facilitate the integration of Uber's transportation services within the Veterans Health Administration. The successful contractor will play a crucial role in improving access to healthcare for veterans, ensuring they receive timely and efficient services. Interested parties can reach out to Jaime Belletto at Jaime.Belletto1@va.gov or call 202-607-9452 for further details regarding the procurement process.
    2510--UTV-Mini Ambulance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the procurement of a MedSTAT enclosed UTV ambulance, along with four run-flat tires, under solicitation number 36C26226Q0235. The requirements specify that the ambulance must be a new Original Equipment Manufacturer (OEM) product, featuring gasoline power, run-flat tires, locking doors, power steering, a patient compartment for a stretcher, accommodations for two medical attendants, heating, air conditioning, and essential emergency features. This procurement is critical for enhancing emergency medical response capabilities within the VA system, particularly at the VA San Diego Healthcare System in California. Interested vendors must submit their inquiries electronically to Contracting Officer Anthony Dela Cruz at anthony.delacruz@va.gov, ensuring compliance with the outlined specifications and limitations on subcontracting, with a focus on using certified SDVOSBs.
    Emergency Medical Air and Vacuum Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking a sole-source contractor for emergency medical air and vacuum maintenance services at the Greater Los Angeles VA Healthcare System. The procurement aims to secure critical maintenance and repair for medical air, medical vacuum, oxygen, and dental vacuum systems, following the expiration of the previous contract with Certified Medical Sales, LLC, which posed a safety risk to patients and the VA's medical licensure. The estimated cost for this bridge contract is $42,765.00, covering the period from April 1, 2023, to June 30, 2023. Interested parties can contact Darryl Handberg at darryl.handberg@va.gov or by phone at 614-257-5200 ext. 54575 for further details.
    Sailor Transportation
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified transportation service providers to support the transportation needs of approximately 400 Sailors in the Newport News area. The contractor will be responsible for providing daily transportation services between Government Leased Apartments (GLAs), designated turnstiles, government housing, and other specified locations, with operations required Monday through Friday from 0500 to 1730 and limited services on weekends and holidays. This initiative is crucial for ensuring timely and safe transportation for Sailors, with the contract anticipated to commence on September 1, 2026, and run through August 31, 2031, with an option to extend until February 29, 2032. Interested parties must submit their Statements of Capabilities by January 13, 2026, and can contact James Keegan or Samantha Miller for further information.