V212--Non-Emergent Patient Travel Service Ann Arbor VA Medical Center
ID: 36C25024R0180Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Special Needs Transportation (485991)

PSC

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

    The Department of Veterans Affairs is soliciting quotes for non-emergent patient transportation services at the LTC Charles S. Kettles VA Medical Center in Ann Arbor, Michigan. The procurement involves providing wheelchair van and taxi services for eligible veterans and their caretakers, with a focus on ensuring 24/7 availability across multiple locations, including community-based outpatient clinics in Michigan and Ohio. This contract, valued at approximately $19 million over five years, is critical for enhancing veteran care by facilitating reliable transportation to medical appointments. Interested vendors must submit their proposals by September 5, 2024, and can direct inquiries to Christopher D. Gundy at christopher.gundy@va.gov.

    Point(s) of Contact
    Christopher D GundyBranch Manager
    christopher.gundy@va.gov
    Files
    Title
    Posted
    The document presents a solicitation for an Indefinite Delivery-Indefinite Quantity (IDIQ) contract, primarily for providing non-emergent patient transportation services to eligible beneficiaries, including veterans and caretakers, of the Ann Arbor VA Health Care System. The contract, valued at approximately $19 million over five years, outlines requirements for transportation services, which must be available 24/7 across several specified locations, including medical centers and community-based outpatient clinics predominantly in Michigan and Ohio. Key aspects include adherence to safety and quality standards, ensuring drivers meet specified qualifications, maintaining the vehicles according to strict requirements, and efficient pick-up and drop-off procedures. The contractor must also submit detailed monthly invoices and ensure transparency regarding service quality, with periodic evaluations as per defined performance standards. Faithful execution of these services is critical for compliance with federal regulations, emphasizing the government’s commitment to veteran care through reliable transportation solutions. The document serves as a comprehensive guideline for prospective contractors, highlighting their responsibilities and the operational framework necessary to fulfill this vital public service role.
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs for transportation services, specifically wheelchair van and taxi services for the LTC Charles S. Kettles VA Medical Center in Ann Arbor, MI. The amendment extends the deadline for quote submissions to September 5, 2024, at 4:00 PM EDT, and provides formal responses to contractor inquiries. Key questions addressed include funding scenarios for service quantity discrepancies, payment structures based on estimated versus actual trips, performance issues with contractors, and the impossibility of rescheduling appointments impacted by logistical conflicts. The government seeks a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract under NAICS Code 485991 with a size standard of $19 million. This amendment reflects the authorities governing solicitation modifications and emphasizes procedural compliance for potential bidders.
    This document outlines the Request for Proposal (RFP) for providing non-emergent transportation services at the LTC Charles S Kettles VA Medical Center over a five-year period. It details the pricing structure for various transportation services, including base trips for common carriers and wheelchair-accessible vehicles, wait times, and cancellation rates. The pricing is organized by item numbers for each year, covering aspects such as base rates for the first 30 miles, additional mileage, and respective wait and cancellation fees. The contract spans from October 1, 2024, to September 30, 2029, with zero costs indicated across all years, suggesting the proposal is still under negotiation or awaiting financial inputs. The repetitive structure across the years indicates consistency in the services offered, crucial for budget forecasting and contract management. This RFP serves as an invitation for vendors to submit bids for these transit services, addressing the needs of veterans at the facility conveniently and efficiently.
    The Quality Assurance Surveillance Plan (QASP) outlines the framework for monitoring the Non-Emergent Patient Transportation Services at the LTC Charles S. Kettles VAMC. Its primary purpose is to ensure the contractor adheres to performance standards and provides quality services specified in the contract, with the government only paying for acceptable levels of service. The document distinguishes between the contractor's Quality Control Plan (QCP) and the government's oversight via the QASP. Key personnel include the Contracting Officer (C.O.), Christopher D. Gundy, and the Contracting Officer’s Representative (COR), Jason Schilling, who oversee compliance and performance monitoring. Methods of quality assurance include customer feedback, 100% inspection, periodic inspections, and random monitoring. Performance standards are outlined in the Performance Work Statement (PWS), with an Acceptable Quality Level (AQL) set at 95-97% for various tasks such as on-time transportation service and incident reporting. The document also details procedures for documenting performance, rate assessments, and corrective actions in response to unacceptable performance, ensuring a structured approach to performance evaluation. This system assures that the contractor meets expectations while providing continuous oversight and improvement mechanisms aligning with federal contracting standards.
    The document outlines a Surveillance Checklist for the contract related to wheelchair and ambulatory non-emergent transportation services at the LTC Charles S. Kettles VA Medical Center in Ann Arbor, Michigan. It details performance objectives and standards for service delivery, including timely transportation to appointments, incident reporting, and vehicle maintenance. Key performance indicators state that 95% compliance is required in various areas, such as ensuring passengers arrive 15 to 30 minutes prior to appointments and submitting incident reports within 24 hours. Methods of surveillance include compliance checks, random monitoring, and periodic inspections. The document serves as a guideline for monitoring contractor performance, ensuring that transportation services meet federal requirements and enhance patient care. The focus on measurable standards reflects government efforts to maintain quality and accountability in service contracts.
    The document provides the Wage Determination under the Service Contract Act (SCA) by the U.S. Department of Labor, outlining wage and fringe benefit requirements for federal contractors in Ohio’s Fulton, Lucas, and Wood counties. Effective January 30, 2022, contracts must compensate employees at least $17.20 per hour (or the higher applicable rate) for work in 2024, with previous awards before this date requiring a minimum of $12.90. Numerous occupations are listed along with their corresponding wage rates, highlighting that adjustments will occur annually. Moreover, it details fringe benefits including health and welfare provisions, paid sick leave, vacation, and holidays. The document emphasizes compliance with Executive Orders on minimum wage and sick leave and offers guidelines on wage determination conformance for unlisted classifications. This guidance is pertinent for organizations bidding on federal contracts and illustrates the government’s commitments to fair labor practices and employee protection under federal regulations.
    This document comprises a wage determination under the Service Contract Act (SCA) by the U.S. Department of Labor, focusing on minimum wage standards for federal contractors in Washtenaw County, Michigan. The wage determination, numbered 2015-4833 and revised on April 19, 2024, outlines that contracts initiated or renewed after January 30, 2022, must pay a minimum of $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must meet a rate of $12.90 per hour if not extended. It details various occupations and associated pay rates, along with benefits including health and welfare provisions and paid sick leave under Executive Order 13706. Occupations span clerical, automotive, food service, healthcare, maintenance, and technical roles, each specifying wage rates and fringe benefits. The document emphasizes adherence to labor regulations, ensuring compliance among contractors for worker compensation and protection, while outlining procedures for classifying any unlisted occupations under the wage determination.
    The U.S. Department of Labor's Wage Determination No. 2015-4839 outlines minimum wage requirements and fringe benefits for occupations covered under the Service Contract Act in Wayne County, Michigan. The document specifies different hourly wage rates based on classifications of workers, with minimum wages determined by Executive Orders 14026 and 13658. Contracts initiated after January 30, 2022, require a minimum of $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, necessitate at least $12.90 per hour unless a higher rate is stipulated. The determination also enumerates required fringe benefits, such as health and welfare payments, vacation, paid holidays, and provisions for paid sick leave under Executive Order 13706. Key details emphasize contractor obligations to ensure adherence to these regulations and maintain compliance for unlisted job classifications through a conformance process. This document serves critical functions in supporting equitable compensation and working conditions for service employees involved in federal contracts.
    The document outlines the Wage Determination No. 2015-4841 under the Service Contract Act by the U.S. Department of Labor, specifying minimum wage rates and requirements for contractors in Michigan, particularly in Genesee County. It details two overarching Executive Orders: EO 14026, which mandates a minimum wage of $17.20 per hour for contracts started or renewed after January 30, 2022, and EO 13658, which applies a minimum wage of $12.90 for contracts between January 1, 2015, and January 29, 2022. The document lists various occupations with corresponding wage rates and required fringe benefits, emphasizing health and welfare contributions, vacation, holiday entitlements, and additional compensation for hazardous work. Occupational classifications not specified in this determination must undergo a conformance process to ensure appropriate wage rates. The requirements aim to uphold worker protections and promote fair compensation in federal contracts, reflecting the government’s commitment to labor standards in contractual relationships. This summary captures the document's essential elements while providing a clear understanding of its purpose in the context of federal contracting guidelines.
    This document presents the Wage Determination No. 2015-4851 under the Service Contract Act, issued by the U.S. Department of Labor. It outlines minimum wage requirements for federal contracts based on two executive orders: Executive Order 14026 and Executive Order 13658. For contracts initiated or renewed after January 30, 2022, the minimum wage is set at $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must comply with a minimum of $12.90 per hour. Specific occupational wage rates for various job classifications are detailed, particularly for the Jackson County area of Michigan, including fringe benefits such as health and welfare, vacation, and paid sick leave requirements. The document mandates contractors to adhere to these wage standards, ensuring compliance with labor laws designed to protect workers. It also specifies processes for conforming unlisted job classifications and provides guidelines for contractors regarding uniform allowances and hazardous pay differentials. This wage determination serves to ensure fair compensation and adherence to labor rights in federal contracting work across various job sectors.
    The document outlines the Wage Determination under the Service Contract Act, as set by the U.S. Department of Labor. It specifies minimum wage requirements for federal contracts based on two relevant Executive Orders: Executive Order 14026, which mandates a minimum wage of $17.20 per hour for contracts awarded after January 30, 2022, and Executive Order 13658, which sets a minimum of $12.90 for contracts awarded between January 1, 2015, and January 29, 2022. The file details various occupations and their corresponding wage rates in Livingston County, Michigan, across multiple categories, such as administrative support, healthcare, and technical occupations. It also outlines fringe benefits, including health and welfare compensation, vacation, and holidays, that contractors must provide employees. Furthermore, provisions for paid sick leave and requirements for uniform allowances are included. The document serves to ensure compliance with wage standards for federal contracts, emphasizing worker protection and fair compensation in government contracts, particularly relevant for firms responding to RFPs and grants in various sectors.
    The document is a wage determination register from the U.S. Department of Labor under the Service Contract Act, detailing required wage rates and fringe benefits for various occupations in Lenawee County, Michigan. The key provisions include a baseline minimum wage of $17.20 per hour, applicable to contracts awarded or renewed after January 30, 2022, while older contracts maintain a minimum of $12.90 per hour if not renewed post that date. Employers must comply with health and welfare benefits of $4.98 per hour, along with specific vacation and holiday pay requirements. The document categorizes various occupations into groups like administrative support, automotive service, health occupations, and mechanics, providing hourly wage rates for each job title. Additional stipulations exist for paid sick leave under Executive Order 13706, covering contracts awarded after January 1, 2017. Contractors must adhere to a compliance process for listing unclassified occupations and ensure proper employee classification and remuneration as per established wage rates. Overall, this detailed framework aims to uphold fair labor standards across federal contracts, ensuring adequate compensation and workers' rights under the applicable laws and executive orders.
    Similar Opportunities
    V999--Bus Transportation Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for bus transportation services to support the VA Greater Los Angeles Healthcare System, with a total award amount of $19 million. This firm-fixed-price contract is exclusively set aside for small businesses and aims to provide reliable transportation for veterans and their caregivers to medical appointments from 2025 through 2030, with options for contract extension. The contractor will be responsible for ensuring safe transport, maintaining operational efficiency, and adhering to strict safety regulations, including implementing a Quality Assurance Plan and managing driver qualifications. Interested vendors must submit their proposals by September 23, 2024, at 3 PM Pacific Time, and can contact Contract Specialist Danielle Carroll at danielle.carroll4@va.gov for further information.
    V222--Wheelchair and Stretcher Van Transport Services (VA-25-00003026) for Syracuse VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to provide wheelchair and stretcher van transport services for eligible veterans at the Syracuse Veterans Affairs Medical Center (VAMC). The procurement aims to ensure reliable transportation for veterans to and from medical appointments, with a focus on maintaining safety, comfort, and compliance with established regulations. The contract, valued at approximately $19 million, will commence on November 1, 2024, and includes multiple option years. Interested parties can contact Contracting Officer Michelle Harsch at michelle.harsch@va.gov for further details regarding the solicitation and requirements.
    V129--Special Transportation KC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide special transportation services for beneficiaries at the Kansas City VA Medical Center in Missouri. The procurement aims to establish a Requirements type contract for assisted transportation, specifically wheelchair and cot services, ensuring timely and safe transport for veterans to and from medical appointments. This service is critical for facilitating access to healthcare for eligible veterans, particularly those with mobility challenges. Interested parties must respond to the Sources Sought Notice by September 9, 2024, at 3:00 PM CST, and should direct inquiries to Contract Specialist Michael P. Murphy at michael.murphy7@va.gov.
    V212--Non-Emergent Wheelchair and Stretcher Transportation Services for Michael E. DeBakey VAMC, CBOCs and Affiliated Healthcare Clinics
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for Non-Emergent Wheelchair and Stretcher Transportation Services for the Michael E. DeBakey VA Medical Center and its associated Community-Based Outpatient Clinics (CBOCs) in Houston, Texas. The procurement aims to provide essential transportation for eligible veteran patients to various medical facilities, ensuring safe and timely service while adhering to federal, state, and local regulations. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 485991, with a Firm-Fixed Price contract anticipated for a base period of one year and four one-year renewal options. Quotes are due by 11:59 p.m. Central Standard Time on September 17, 2024, and must be submitted via email to Contract Specialist Jeneice Matthews at jeneice.matthews@va.gov.
    Special mode transportation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for special mode transportation services for eligible beneficiaries of the VA Eastern Kansas Healthcare System. The contractor will provide assisted medical transportation, including taxi services for ambulatory patients, wheelchair vans, and litter vehicles for non-ambulatory patients, primarily serving the Colmery-O’Neil VA Medical Center in Topeka and the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. This contract, valued at $19 million, will be awarded as an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for a base year with four option years, emphasizing the importance of safe and reliable transportation for veterans. Interested Service-Disabled Veteran-Owned Small Businesses must complete the attached document and submit their proposals via email to Stephen Parrott at Stephen.Parrott@va.gov by the specified deadline.
    Atlanta VA Medical Center Wheelchair Transportation Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Ground Wheelchair Transportation Services for the Joseph Maxwell Cleland Atlanta VA Medical Center, with a focus on serving veterans in Georgia and neighboring states. The procurement aims to enhance transportation services tailored to the unique mobility needs of veterans, ensuring timely and safe transport while adhering to strict performance metrics and regulatory standards. This contract, set aside for small businesses, has an anticipated value of $30 million over a five-year period, with the contract period running from January 1, 2025, to December 31, 2029, and a potential extension to June 30, 2030. Interested parties should contact Thomas Nicholls at thomas.nicholls@va.gov or Chaz D. Bowling at Chaz.bowling@va.gov for further details and to obtain the necessary documents, including the mandatory signed amendment with RFP proposals.
    North Texas VA Medical Center Special Mode Wheelchair Transportation Services (Area C2)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to provide Special Mode Wheelchair Transportation Services for the North Texas VA Medical Center, specifically within the designated catchment area. This procurement aims to ensure effective and safe transportation for veterans, requiring compliance with federal, state, and local regulations while delivering 24/7 services. Interested businesses, particularly small businesses, are encouraged to submit their qualifications, estimated pricing, and vehicle capabilities by 3:00 PM Central Time on October 3, 2024, to both the Contract Specialist, Ms. Angela Kyte, at angela.kyte@va.gov, and the Contracting Officer, Mr. Shawn R. Reinhart, at shawn.reinhart@va.gov. This opportunity emphasizes the importance of safety standards, quality control, and adherence to HIPAA regulations throughout the transportation process.
    North Texas VA Medical Center Special Mode Wheelchair Transportation Service (Area B2)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Special Mode Wheelchair Transportation Services for the North Texas VA Medical Center, specifically within Area B2. The procurement aims to identify capable contractors, particularly small businesses, to ensure reliable transportation for veterans across designated counties in North Texas and parts of Oklahoma, with a focus on patient care and safety. This service is critical for facilitating access to medical appointments and enhancing the overall quality of care for veterans, while adhering to federal and state regulations. Interested parties must respond to the Sources Sought Notice by 3:00 PM Central Time on October 3, 2024, and should direct their inquiries to Contract Specialist Ms. Angela Kyte at angela.kyte@va.gov or Contracting Officer Mr. Shawn R. Reinhart at shawn.reinhart@va.gov.
    North Texas VA Medical Center Special Mode Wheelchair Transportation Services (Area D2)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Special Mode Wheelchair Transportation Services for the North Texas VA Medical Center. This procurement aims to establish a reliable service provider capable of transporting veterans to and from medical appointments within the North Texas catchment area, ensuring compliance with safety standards and regulations while delivering high-quality customer service. The selected contractor will be responsible for providing all necessary equipment and manpower, maintaining timely response times, and adhering to performance metrics, with an estimated 15,400 patient trips per year. Interested parties must respond to the Sources Sought Notice by 3:00 PM Central Time on October 3, 2024, and should direct their responses to both Ms. Angela Kyte and Mr. Shawn R. Reinhart via the provided email addresses.
    North Texas VA Medical Center Special Mode Wheelchair Transportation Services (Area A2)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Special Mode Wheelchair Transportation Services for the North Texas VA Medical Center in Dallas, Texas. This procurement aims to support the transportation needs of veterans within the designated catchment area, with an estimated 5,460 patient trips per year. The opportunity is particularly focused on identifying small businesses capable of fulfilling this requirement, as the VA is interested in determining potential set-asides for the solicitation. Interested parties must respond to the Sources Sought Notice by 3:00 PM Central Time on October 11, 2024, and should direct their responses to both Ms. Angela Kyte and Mr. Shawn R. Reinhart via the provided email addresses.