V122--SHUTTLE SERVICES OFFSITE
ID: 36C26225Q1081Type: 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- TRANSPORTATION: MOTOR CHARTER (V122)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide offsite shuttle services under solicitation number 36C26225Q1081. The contract, valued at approximately $19 million, aims to facilitate transportation for veterans and will be awarded for a three-year term starting October 1, 2025. This opportunity emphasizes compliance with federal regulations, including the submission of electronic invoices and adherence to small business standards, particularly for veteran and women-owned businesses. Interested vendors must submit their proposals by August 6, 2025, and direct inquiries to Contract Specialist Felicia L. Simpson at felicia.simpson@va.gov.

    Point(s) of Contact
    Felicia L SimpsonContract Specialist
    felicia.simpson@va.gov
    Files
    Title
    Posted
    The document outlines a government solicitation for shuttle services to be provided for the Department of Veterans Affairs (VA) over a three-year period, divided into three contract terms beginning October 1, 2025. The total award amount for the service is projected to be $19 million, with the contract open to small businesses, especially those owned by veterans and women. The key dates include a due date for offers on August 4, 2025, and a deadline for questions set for July 28, 2025. The solicitation emphasizes compliance with various federal regulations and requires that all contractors submit invoices electronically. It also highlights the need for contractors to meet small business standards as specified by the NAICS code and to comply with the limitations on subcontracting. The document is structured into sections detailing contractor responsibilities, delivery schedules, pricing, and necessary terms and conditions. This contract exemplifies the government's commitment to supporting small business participation while ensuring compliance with federal contracting regulations.
    The presolicitation notice outlines a request for proposals (RFP) for offsite shuttle services for the Veteran Affairs San Diego Healthcare System. The contract, identified by solicitation number 36C26225Q1081, is set to close on July 2, 2025, at 10:00 AM Mountain Time. This opportunity is specifically reserved for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under Product Service Code V122, with a corresponding NAICS code of 485999. The services will be performed at the San Diego facility located at 3350 La Jolla Village Dr., San Diego, CA 92161. Interested parties should direct inquiries to Felicia Simpson, the Contract Specialist at the Department of Veterans Affairs, via the provided email address. This presolicitation notice serves to inform potential contractors about upcoming service needs within the federal government, reflecting a commitment to support veteran services through contracted shuttle operations.
    The document serves as an amendment for a solicitation regarding shuttle services from the Department of Veterans Affairs (VA). It specifies important deadlines for offer submissions, extending the due date for questions to July 28, 2025, and for offers to August 4, 2025. Bidders must submit their offers via email to the designated Contract Specialist, Felicia Simpson. Key clarifications include the acknowledgment of limitations on subcontracting and the requirement for all documents listed in Section E and any amendments to be included in submitted offers to ensure acceptance. Furthermore, it answers specific inquiries about current contracted services, stating that up to eight 30-passenger buses are used and indicating that no designated parking will be provided on campus for shuttle vehicles. The amendment exemplifies typical administrative changes and clarifications often found in government Request for Proposals (RFPs), aimed at ensuring transparency and compliance among bidders while reinforcing the government’s operational standards.
    This document pertains to an amendment regarding solicitation 36C26225Q1081 for shuttle services by the Department of Veterans Affairs (VA). The amendment extends deadlines for inquiries and offers, responding to pre-submission questions from contractors. Key pieces of information include the confirmation that submission of all required documentation is essential for evaluation and that a contractor must provide evidence of general liability insurance before contract award. It clarifies that the VA does not reimburse non-recoverable expenses if the contract is terminated for convenience, while a cure notice will be issued before any termination for cause. Additionally, it addresses invoicing procedures, requiring submissions through the Tungsten IPPS portal. Overall, this amendment reflects the VA's commitment to a transparent proposal process while outlining critical compliance and documentation requirements for potential contractors.
    The document serves as Amendment Three to solicitation number 36C26225Q1081, regarding the provision of shuttle services for the Department of Veterans Affairs. The amendment extends the deadline for proposals to August 6, 2025, and addresses additional questions from potential bidders. Key points include stipulations on vehicle requirements, insurance submission timelines, and the consequences of contract termination—both for convenience and cause—including that the VA will not reimburse incursions upon cancellation. Offerors must submit specific documentation by the new deadline, acknowledging all amendments to ensure proposals are considered. The amendment clarifies operational expectations such as daily trip frequency and vehicle availability, reinforcing compliance with federal regulations. Furthermore, it confirms historical service hours and the provision of operational data, underscoring the contract’s requirements and operational context. The expectation is for the contract to commence on October 1, 2025, indicating the VA's commitment to service continuity while ensuring potential contractors understand all operational guidelines and obligations.
    The vendor information document outlines the necessary details for potential vendors looking to engage in services with the federal government, specifically focusing on their registration and compliance requirements. Key sections include requestor and vendor identification, contact information, and necessary tax identification (either a TIN or SSN). It emphasizes the need for vendors to confirm their registration with Central Contractor Registration (CCR) and provide their DUN and Bradstreet number. Additionally, it inquires about vendors' business sizes, socioeconomic designations, and prior contracts, if applicable, making it vital for the assessment of eligibility for government contracts. The document serves as an essential checklist to ensure compliance with federal contracting protocols, facilitating streamlined vendor participation in government projects, thereby promoting transparency, accountability, and regulatory adherence within federal procurement processes. Essential checks on various registration sites to validate vendor capabilities are also highlighted, stressing the need for procedural diligence to avoid administrative issues.
    The VA-FSC Vendor File Request Form is designed for vendors wishing to register or update their information within the VA's financial management system. It includes sections for facility information, payee/vendor details, and electronic funds transfer (EFT) requirements. Vendors must specify their type—such as commercial, individual, or federal agency—and provide necessary documentation like the Unique Entity Identifier (UEI) from SAM.gov and bank information. The form outlines the necessary actions for new submissions or updates, emphasizing the collection of data required for payment processing as per federal regulations. The form mandates that vendors provide accurate contact details, banking information, and the authorized representative's signature. Submissions can be made via secure fax, with a processing time of 3 to 5 business days. The form also addresses compliance with the Privacy Act, explaining how collected information will be used by the Treasury Department for payment transmission. Ultimately, this form facilitates efficient vendor management within the VA, ensuring adherence to governmental standards for financial operations.
    The document details the Form W-9, used in the United States for providing taxpayer identification information to individuals or entities requesting it. The primary purpose of the form is to ensure the accurate reporting of income, transactions, and tax information to the Internal Revenue Service (IRS). Key sections include instructions on providing a Taxpayer Identification Number (TIN), the certification process for affirming correct information, and criteria for being exempt from backup withholding. The form outlines penalties for inaccuracies and the procedures for those without a TIN. Specific instructions identify who should complete the form based on various account types and legal structures, emphasizing compliance with IRS regulations. Overall, the document serves as a comprehensive guide for individuals and businesses to properly fulfill their tax reporting obligations and avoid penalties, relevant for federal and state RFPs and grants requiring accurate financial documentation.
    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).
    Shuttle Services BPA
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for shuttle services under a Blanket Purchase Agreement (BPA) set aside for women-owned small businesses. The procurement aims to establish a five-year contract, with a maximum value of $5,000,000, to provide transportation services for employees within a 50-mile radius of the Carderock Division Headquarters in West Bethesda, Maryland, from January 1, 2026, to January 1, 2031. The contractor will be responsible for supplying a 15-passenger vehicle, a licensed and uniformed driver, fuel, maintenance, and necessary operating supplies, while adhering to specific safety and reporting requirements. Interested vendors must submit their quotes by December 15, 2025, at 12 PM EST, to Steven Besanko at steven.besanko@navy.mil, and will be evaluated based on a lowest price technically acceptable (LPTA) basis without discussions.
    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.
    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.
    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.
    V225--Ground Ambulance Services
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for Ground Ambulance Services under Solicitation Number 36C25626Q0059, aimed at providing non-emergency ambulance transportation for the Gulf Coast Veterans Health Care Systems and its associated clinics. The contract encompasses a base period from January 1, 2026, to December 31, 2026, with four additional twelve-month option periods, requiring services such as Stretcher Transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT) available 24/7. This procurement is crucial for ensuring timely and compliant medical transportation services for veterans, adhering to federal, state, and local regulations regarding personnel and equipment. Interested contractors must submit their quotes by December 18, 2025, and direct any questions to Contracting Officer Tina Harris at tina.harris3@va.gov by December 4, 2025.
    V225--Ambulance Services (Prestonsburg area) /
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for ambulance services in the Prestonsburg area, specifically for the Hershel "Williams" Williams VA Medical Center and its associated clinics. The contract, identified as 36C24526Q0076, encompasses a range of services including Basic Life Support (BLS), Advanced Life Support (ALS), Specialty Care Transport (SCT), and Critical Care Transport (CCT), requiring the contractor to provide all necessary vehicles, personnel, and equipment while adhering to strict federal, state, and local regulations. This procurement is crucial for ensuring reliable and timely transportation services for veterans, with a maximum contract value of $5 million over five years. Interested parties must submit their proposals by November 7, 2025, at 3 PM Eastern Time, and can direct inquiries to Mark Smith at mark.smith25@va.gov.
    VHA-Uber Health Connect Initiative
    Buyer not available
    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.