Houston VAMC Courier Services
ID: 36C25625Q0244Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Couriers and Express Delivery Services (492110)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: OTHER (V119)

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 from qualified service-disabled veteran-owned small businesses for courier services at the Michael E. DeBakey Veterans Affairs Medical Center (MEDVAMC) and various Community-Based Outpatient Clinics (CBOCs) in Texas. The contract aims to ensure reliable and timely pickups and deliveries, with specific requirements for two daily service rounds at each location, spanning a total duration of five years from April 1, 2025, to March 31, 2030. This procurement reflects the government's commitment to supporting veteran-owned enterprises while fulfilling essential logistical needs in healthcare services. Interested contractors must submit their proposals by February 24, 2025, and direct any inquiries to Andrew Misfeldt at andrew.misfeldt@va.gov or by phone at 479-443-1100.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a combined synopsis and solicitation (RFP) from the Department of Veterans Affairs (VA) for courier services, specifically designed for service-disabled veteran-owned small businesses. The solicitation (36C25625Q0244) is set to be posted on January 22, 2025, with proposals due by February 24, 2025. The primary focus of this contract is to provide reliable courier services for the Veteran Affairs Medical Center (MEDVAMC) and various Community-Based Outpatient Clinics (CBOCs) in Texas, ensuring timely pickups and deliveries at specified times throughout the week. This RFP is a total small business set-aside, specifically encouraging bids from service-disabled veteran-owned small businesses, with the contract duration spanning five years across multiple ordering periods. The document specifies delivery requirements, performance expectations, and pertinent regulations regarding the submission of proposals and active registrations in the System for Award Management (SAM). All inquiries related to the solicitation must be directed to the assigned contracting officer via provided email, establishing a structured communication protocol. This solicitation exemplifies the government's commitment to supporting veteran-owned enterprises while fulfilling logistical needs in healthcare services.
    This document pertains to an amendment regarding a solicitation by the Department of Veterans Affairs, specifically from the Veterans Health Administration through Network Contracting Office 16. It outlines procedural instructions for contractors regarding the amendment, including acknowledgment methods, the importance of timely submissions, and potential repercussions for non-compliance. Key details include the solicitation number (36C25625Q0244) and the deadline for questions related to this solicitation, set for 31 January 2025 before 10:00 CST. The amendment emphasizes that all terms and conditions prior to this change remain effective, and contractors are instructed to submit required forms and documentation accordingly. This communication reflects the ongoing efforts of the government to manage contracts effectively while ensuring that participating contractors understand the amendment process and comply with submission guidelines.
    This document serves as a combined synopsis and solicitation for courier services by the Department of Veterans Affairs, specifically targeting service-disabled veteran-owned small businesses. The solicitation invites bids for extensive courier services across various locations, including MEDVAMC and several Community-Based Outpatient Clinics (CBOCs). The specified services include two daily pickups and deliveries per location as per the Performance Work Statement, with delivery schedules detailed in the price/cost schedule. The contracting opportunity spans a five-year period, extending from April 1, 2025, to March 31, 2030, organized in multiple ordering periods. Potential contractors must be actively registered in the System for Award Management (SAM) and meet eligibility criteria as outlined. The document compiles critical information for responders, including submission deadlines, points of contact, and administrative data for contract bidding. The emphasis on service-disabled veteran-owned small businesses reflects the government's commitment to supporting these enterprises, aligning with wider federal procurement strategies. Questions regarding the solicitation are to be directed via email, and a firm fixed price arrangement will govern the contract. Overall, this synopsis frames a comprehensive request for commercial courier services tailored to meet the needs of veteran health administration, ensuring clarity and compliance throughout the bidding process.
    The document outlines an amendment and solicitation for a courier services contract issued by the Department of Veterans Affairs, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). It details crucial information for bidders, including acceptance criteria for offers, delivery protocols, service response requirements, and penalties for service delays. Key inquiries from potential bidders are addressed, clarifying aspects such as allowable contractor qualifications, vehicle requirements, expected volumes of service, and conditions for bulk services. The amendment emphasizes that only verified SDVOSB vendors will be considered, and it includes specific performance guidelines for deliveries, such as required signatures and handling of sensitive items. The document also indicates that there will be a kickoff meeting after contract award to discuss coordination and invoicing processes. Furthermore, responses to questions detail contractor responsibilities regarding equipment transportation, trip frequency, and insurance verification post-selection. This RFP framework aims to ensure the government secures reliable courier services while promoting equitable business opportunities for veteran-owned firms.
    The document pertains to Request for Quote (RFQ) 36C25625Q0244 for courier services at the Community-Based Outpatient Clinic (CBOC) of the Michael E. DeBakey Veterans Affairs Medical Center (MEDVAMC) in Houston, Texas. It outlines a form for contractors to provide relevant experience by detailing up to three contracts related to courier services, specifically within the last five years. Each contract submission requires information such as customer details, contract value, effective dates, status, and an elaborate description of the scope of work performed. The form emphasizes the importance of recent and ongoing contracts, implying a focus on credible and proven experience in similar services. The documentation structure consists of three separate sections for each contract listed to facilitate accurate and comprehensive reporting of credentials. This methodical approach ensures that the selecting officials can assess the contractor's qualifications and reliability in delivering the required services effectively.
    The Michael E. Debakey VA Medical Center is evaluating an offeror's past performance as part of the procurement process for a contracting opportunity. The Past Performance Questionnaire/Worksheet collects structured feedback from evaluators knowledgeable about the offeror's performance across various criteria such as overall satisfaction, delivery performance, service quality, problem resolution, and personnel quality. Evaluators must rate each aspect on a scale from 1 to 5, with space for additional comments. The document also queries whether the offeror has faced any performance issues in the past three years, including notices or terminations, and it seeks the evaluator's recommendation for future contracts. Completed surveys are to be submitted confidentially to the contracting office by the specified deadline. This systematic evaluation approach is designed to determine the offeror's suitability and reliability for federal contracting, ensuring compliance with acquisition regulations while prioritizing performance history in decision-making.
    The Quality Assurance Surveillance Plan (QASP) outlines a systematic approach to evaluating performance for a government contract, detailing what will be monitored, how monitoring occurs, and who is responsible for oversight. The plan emphasizes that while the contractor manages their work, the government must conduct objective and fair evaluations. Key personnel include the Contracting Officer (CO), responsible for overall contract compliance, and the Contracting Officer’s Representative (COR), who oversees technical aspects and maintains a quality assurance file. Performance standards set forth by the QASP are critical to assess contractor compliance with contract terms, utilizing various methods such as direct observation and periodic inspections. Ratings categorize performance into exceptional, very good, satisfactory, marginal, and unsatisfactory, which influence future contracting decisions. Documentation procedures for positive and negative performances are outlined, ensuring accountability and potential corrective actions. The plan is dynamic, allowing for revisions in coordination with the contractor, and emphasizes the importance of accurate, continuous evaluation through quarterly reporting. Overall, this QASP establishes a framework for quality oversight in government contracting, promoting accountability and effectiveness in service delivery.
    The document outlines the Wage Determination Number 2015-5233 from the U.S. Department of Labor, which stipulates minimum wage and fringe benefits for covered contractors working under the Service Contract Act in specific Texas counties. Effective January 30, 2022, contracts require a minimum wage of $17.20 per hour, increasing annually, or the applicable higher rate. It specifies pay rates for various occupations, detailing wages for roles such as accounting clerks, administrative assistants, and healthcare providers. Additionally, it outlines employee benefits, including health and welfare provisions, paid vacation, and sick leave as per Executive Order 13706. All contractors must comply with these regulations to ensure fair compensation for workers and adherence to labor laws. The document serves as a critical resource for contractors responding to federal RFPs and grants, helping to maintain compliance with labor standards while ensuring fair treatment of employees in service-related positions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    R602--NEW - Tyler Lab Courier Service
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the Tyler Lab Courier Service, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This contract involves providing timely and efficient transportation of laboratory specimens and supplies between the Tyler VA Outpatient Clinics and the Dallas VA Hospital, with a focus on compliance with safety regulations and patient privacy. The contract will span a base year from July 1, 2025, to June 30, 2026, with four optional extensions, and proposals are due by March 14, 2025. Interested vendors should contact Delphia Schoenfeld at delphia.schoenfeld@va.gov or call 210-417-7495 for further details.
    Restroom Janitorial Service
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for restroom janitorial services at the Michael E. DeBakey VA Medical Center in Houston, Texas, under Solicitation Number 36C25625Q0523. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to provide comprehensive custodial services that ensure cleanliness and sanitation in accordance with the Performance Work Statement (PWS). The contract will have a base period of one year, with the option for four additional one-year extensions, emphasizing the importance of maintaining high standards in healthcare environments while supporting veteran-owned businesses. Interested vendors must submit their proposals by March 14, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, vendors can contact Frank Sanders at frank.sanders1@va.gov.
    Shuttle Services
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking qualified vendors to provide shuttle services for veterans, their families, and staff across the North Texas Health Care Campuses. The procurement aims to establish a reliable transportation solution with multiple shuttle routes operating primarily on weekdays between 5:30 AM and 6:30 PM, enhancing the healthcare experience for veterans while ensuring compliance with federal guidelines. This initiative is particularly focused on engaging Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other socio-economically disadvantaged small businesses, with the contract anticipated to run from May 15, 2025, to May 14, 2026, and includes four optional one-year extensions. Interested parties must submit their qualifications and relevant company information by March 4, 2025, and can contact Stephanie Reeves at stephanie.reeves@va.gov or Francisco Mendoza at francisco.mendoza@va.gov for further inquiries.
    Solid Waste Removal Service
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Solid Waste Removal Services at the Michael E. DeBakey VA Medical Center located in Houston, Texas. The procurement aims to secure a contractor who will provide comprehensive waste management, including the collection, disposal, and recycling of municipal solid waste, while adhering to federal and state regulations. This initiative is crucial for maintaining a clean and safe healthcare environment, with an emphasis on enhancing recycling efforts to achieve a 50% diversion of solid waste. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals, including past performance questionnaires and corporate experience forms, by November 8, 2024, to Frank Sanders at frank.sanders1@va.gov, as the government anticipates awarding a Firm-Fixed Price Single Award contract based on the evaluation of qualifications and past performance.
    N046--580-25-2-5161-0036 Reverse Osmosis and DI Water
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the installation and leasing of Reverse Osmosis and deionized (DI) water equipment, along with annual maintenance and testing services at the Michael E. DeBakey VA Medical Center in Houston, Texas. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will cover a base year with four optional years, emphasizing the VA's commitment to enhancing opportunities for veteran-owned businesses. The anticipated solicitation release is around February 21, 2025, with proposal submissions due by March 14, 2025. Interested contractors must be verified as SDVOSB and comply with the applicable NAICS Code (221310) with a size standard of $19 million; for further inquiries, they can contact Contracting Officer Felicia Lovelady at FELICIA.LOVELADY@VA.GOV or (318) 466-4317.
    Inter-Division Laboratory Courier Services
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide inter-division laboratory courier services under solicitation number 36C24725Q0416, specifically for the transport of medical specimens, pharmaceuticals, and laboratory supplies in Augusta, Georgia. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires services to be available 24/7 for emergencies and during standard operating hours on weekdays, with additional pickups on weekends and holidays, while ensuring compliance with transportation regulations and temperature controls for specimen transport. This procurement is critical for maintaining the timely delivery of healthcare services to veterans, with bids due by April 2, 2025, and questions regarding the solicitation accepted until March 25, 2025; interested parties should contact Khalil Al-Amin at khalil.al-amin@va.gov for further information.
    Q702--Pflugerville Initial Outfitting Transition and Activation (IOTA) Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Initial Outfitting, Transition, and Activation (IOT&A) services for the Pflugerville Community Based Outpatient Clinic, with the goal of achieving operational readiness by February 2028. The contract, set aside for small businesses with a budget of $20 million, will encompass comprehensive project management, interior design, furniture, fixtures, equipment (FF&E) planning, and logistical support to facilitate a smooth transition for healthcare operations. This initiative is crucial for enhancing healthcare services for veterans while ensuring compliance with federal regulations and operational standards. Interested parties should contact Contract Specialist Lesa M. Crockett at lesa.crockett@va.gov, with proposals due by March 25, 2025.
    5660--NTX Rolling Steel Doors Replacement
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of rolling steel doors at the Dallas VA Medical Center, under the solicitation number 36C25725Q0392. The project requires the installation of weather-resistant rolling steel doors with specific dimensions and security features, emphasizing low maintenance and durability, and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This procurement reflects the VA's commitment to supporting veteran-owned businesses while adhering to federal procurement regulations. Proposals are due by March 21, 2025, at 10:00 AM Central Time, with a site visit scheduled for March 12, 2025; interested parties should direct inquiries to Contracting Officer Joseph A. Leyte at Joseph.Leyte@va.gov or by phone at 210-694-6315.
    V212--Togus Special Mode Transport New
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals from service-disabled veteran-owned small businesses to provide wheelchair van transportation services for eligible veteran beneficiaries within the Maine healthcare system. The contract is structured as a firm-fixed-price, indefinite delivery, indefinite quantity (IDIQ) agreement with a five-year ordering period and a maximum award amount of $4.7 million, emphasizing the importance of reliable non-emergency transportation services for veterans. Key requirements include maintaining a 98% satisfaction rate, ensuring service availability seven days a week, and adhering to strict quality and safety standards, with queries due by April 24, 2025, directed to Contract Specialist David Roy at david.roy@va.gov.
    Special Mode Transportation for VA EKHCS
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for special mode transportation services for beneficiaries of the Eastern Kansas Healthcare System, specifically in Leavenworth and Topeka, Kansas. The contract encompasses a range of transportation options, including ambulatory non-emergent hired car services, wheelchair vans, and litter transportation, aimed at enhancing the delivery of essential services to veterans. This procurement is particularly significant as it is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated total award amount of $19 million over a five-year period, allowing for individual task orders of up to twelve months each. Interested parties must submit their proposals by March 18, 2025, and direct any inquiries to the primary contact, Stephen Parrott, at stephen.parrott@va.gov.