V119--Special Mode Transportation for VANCHCS
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), specifically the VA Northern California Health Care System (VANCHCS), is soliciting Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for Special Mode Transportation (SMT) services. This Request for Quote (RFQ), solicitation number 36C26126Q0457, seeks non-emergency transportation for beneficiaries. Quotes are due by April 17, 2026, at 12:00 PM PDT.
Scope of Work
The contractor will provide comprehensive non-emergency SMT services on an "as needed" basis, 24 hours a day, 7 days a week, 365 days a year, within the State of California. Services include Wheelchair Van, Gurney Van, and Secure Car with Attendant services, covering specific mileage ranges. Vehicles must be clean, well-maintained, and equipped with functioning air conditioning/heating, seatbelts, and two-way communication. Drivers must be properly licensed and trained, with attendants provided upon request, particularly for mental health transfers. The contractor is also responsible for providing and safely storing oxygen tanks when required. All ordering and invoicing must utilize the VetRide Vendor Portal or VA-approved transportation software.
Contract Details
- Contract Type: Fixed Price Indefinite Delivery Indefinite Quantity (FP-IDIQ).
- Period of Performance: June 1, 2026, through March 31, 2027.
- Guaranteed Minimum Award: $1,000.00.
- Maximum Aggregate Value: $9,000,000.00.
- Set-Aside: This acquisition is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB).
- NAICS Code: 485999, with a size standard of $19M.
Submission & Evaluation
- Quotes Due: April 17, 2026, 12:00 PM PDT.
- Submission Method: Electronically via email to Emily.Trinh@va.gov.
- Required Submissions: Quotes must be submitted in two separate parts: Part 1 - Price and Part 2 - Technical. Key submission items include a signed SF 1449, a completed price schedule, a signed VA Notice of Limitations on Subcontracting, and a completed Past Performance Factor Worksheet. Offerors must also complete, sign, and submit VAAR 852.219-75.
- Evaluation Factors: Award will be based on the best value to the Government, considering both price and non-priced factors. Technical evaluation factors include Technical Capability, Vehicle and Equipment, Subcontracting Plan, Past Performance, and Price.
- Eligibility: The Government will verify SDVOSB status via https://search.certifications.sba.gov/. Contractors must be registered in the System for Award Management (SAM) at www.SAM.gov with the purpose of registration reflecting "ALL AWARDS."
Important Notes
Offerors are advised to carefully read the Addendum to RFO 52.212-1 (Instructions to Offerors) and RFO 52.212-2 (Evaluation). A Quality Assurance Surveillance Plan (QASP) details how contractor performance will be evaluated, including acceptable quality levels (AQLs) and CPARS ratings. A Business Associate Agreement (BAA) outlines responsibilities for handling Protected Health Information (PHI). Multiple Wage Determinations are included, which dictate minimum labor costs for various California counties. Vendors are responsible for checking SAM.gov for any amendments; telephone inquiries will not be considered.