V121--USVI Patients Charter Flights
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 Caribbean Healthcare System, is soliciting quotes for recurring roundtrip air transportation services for eligible Veterans and their medical companions from the U.S. Virgin Islands (St. Thomas and St. Croix) to Luis Munoz Marin International Airport (SJU) in Carolina, Puerto Rico, and back. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside and will result in a 5-year Blanket Purchase Agreement (BPA). Quotes are due by April 8, 2026, at 3:00 PM Atlantic Standard Time.
Scope of Work
The contractor will provide roundtrip air transportation for up to nine (9) eligible beneficiaries and their non-clinical medical companions per flight. Services include assisting passengers with mobility aids (wheelchairs, walkers, scooters), ensuring aircraft are airworthy and comply with FAA, DOT, and OSHA regulations, and performing necessary maintenance. Flights will originate from Cyril E. King Airport (STT) in St. Thomas and Henry E. Rohlsen Airport (STX) in St. Croix. Estimated annual flights are 100 for STT-SJU and 45 for STX-SJU.
Contract Details
- Contract Type: Blanket Purchase Agreement (BPA)
- Duration: 5 years (May 1, 2026, to April 30, 2031)
- Ceiling: $2,000,000.00 (no minimum guarantee)
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 481211 (Nonscheduled Chartered Passenger Air Transportation)
- PSC Code: V121 (Air Charter For Things)
- Place of Performance: US Virgin Islands (St. Thomas, St. Croix) and Carolina, PR
Key Requirements & Performance
Services must be performed under FAA Part 135. Performance standards include 95% on-time flights and 100% compliance with FAA regulations for operations and maintenance. Pricing must be quoted per flight, with no reimbursable costs. An "activation fee" of 50% of the charter flight cost may be invoiced for no-shows or VA cancellations within 2 hours of departure. No "dry run" or waiting time costs are permitted. The BPA is subject to jet fuel price adjustments if exceeding 3% from the base price of $4.009/gallon. All BPA employees must comply with VHA Directive 1192.01 regarding influenza vaccination.
Submission & Evaluation
This is a combined synopsis/solicitation (RFQ No. 36C24826Q0330). Award will be based on a comparative evaluation using a tiered approach: first considering SDVOSBs, then Small Businesses. Evaluation factors include technical capability, past performance, and price. Quotes must be submitted via PDF to wilfredo.perez3@va.va.gov. Offerors must be registered in SAM and submit a completed VAAR clause 852.219-75 regarding Limitation of Subcontracting.
Important Notes
This solicitation has been amended to provide answers to vendor questions, revise the Performance Work Statement, Schedule of Prices, and Clauses and Provisions, and extend the quote submission deadline. The revised documents highlight changes in red.