HTC711-23-D-C025 - UPS DELIVERY
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 Columbia Veterans Administration Medical Center (VAMC), has issued a Justification for an Exception to Fair Opportunity for Next Generation Delivery Services (NGDS). This document outlines the intent to award a sole source, firm-fixed price task order to United Parcel Service (UPS) for mail and package delivery services due to unique system compatibility. The estimated value for this one-year task order is $796,600.00. The Period of Performance is from April 1, 2026, through March 31, 2027.
Scope of Work
This requirement is for domestic express small and ground package delivery services for the Columbia VAMC. The services are critical for the efficient operation of the medical center, particularly concerning the compatibility with existing mail automation systems.
Contract & Timeline
- Type: Firm-Fixed Price (FFP) Task Order, sole source under an existing Indefinite Delivery Contract (IDC).
- Estimated Value: $796,600.00
- Period of Performance: April 1, 2026 – March 31, 2027
- Place of Performance: Columbia, SC
- Published Date: February 1, 2026
Justification for Sole Source
The VA is pursuing a sole source award to UPS under FAR 16.505(b)(2)(i)(B). The justification cites that UPS is the only capable awardee due to its unique compatibility with the VAMC's existing mail automation systems, specifically Script-Pro and WorldShip Software. Market research indicated that alternative providers, such as FedEx, would require significant system installation and training, leading to unacceptable delays and disruptions to critical services. This approach ensures continuity and efficiency without requiring costly and time-consuming system overhauls.
Additional Notes
This action will be synopsized at the time of award on the Federal Business Opportunities Page (FBO), and the full justification will be made publicly available. The VA intends to continue market research to identify potential competitive opportunities for future requirements.