R602--523-26-2-7806-0161: RMD TRANSPORT (VA-26-00035617)
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), Network Contracting Office 01, has issued a Combined Synopsis/Solicitation (RFQ) for Reusable Medical Device (RMD) Transportation Services. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) / Veteran-Owned Small Business (VOSB) Set-Aside to procure non-personal, non-emergency ground transportation. Quotes are due by April 3, 2026, at 3:00 PM Eastern Time.
Scope of Work
The contractor will provide ground transportation for RMDs, laboratory specimens, mail totes, and laundry between VA Boston Healthcare System (VABHS) campuses, including Jamaica Plain, West Roxbury, Brockton, and the Lowell CBOC. Transportation of VA personnel and patients is strictly prohibited. Key requirements include:
- Scheduled Deliveries: Two round trips daily, Monday through Friday (excluding federal holidays), with additional trips as needed.
- Cargo Handling: Ensuring safe, secure, and compliant transport, maintaining integrity, and preventing compromise due to temperature (66-72°F), humidity (30-60% RH), or handling. Physical separation of clean and contaminated items is mandatory.
- Vehicle Standards: Vehicles must feature partitioned cargo areas (CLEAN/DIRTY/BIOHAZARD), nonporous disinfectable surfaces, spill kits, PPE, first aid kits, securement systems, and a dedicated air conditioning system for the cargo area.
- Personnel Qualifications: Drivers must be 18+, hold a valid commercial license, pass background checks and drug screening, and be trained in relevant OSHA, DOT, AAMI TIR109, and IAHCSMM standards.
Contract Details
- Contract Type: Firm-Fixed Price
- Period of Performance: One year
- NAICS Code: 492110 (Couriers and Express Delivery Services) with a small business size standard of $21.5 million.
- Place of Performance: VA Boston Healthcare System, 1400 VFW Parkway, Boston MA 02130-4817.
Submission & Evaluation
Offerors must submit Price, Technical, and Past Performance information, following instructions in FAR provision 52.212-1. Pricing should be identified on the Price/Cost Schedule. Award will be based on a comparative evaluation considering Technical/Quality, Past Performance, Veterans Involvement (SDVOSB/VOSB), and Price, as specified in FAR provision 52.212-2.
Eligibility & Registration
This is a 100% SDVOSB/VOSB Set-Aside. Prospective firms must be registered in SAM.gov and certified in the SBA's VetCert database prior to award. All vendors must also complete Form 10091 for vendorization.
Key Dates & Contact
- Quotes Due: April 3, 2026, 3:00 PM Eastern Time.
- Questions Due: March 18, 2026, 4:00 PM EST.
- Submission Method: Email quotes to Jessica.Martin11@va.gov.
- Point of Contact: Jessica Martin, Contract Specialist, jessica.martin11@va.gov. Offerors are responsible for monitoring SAM.gov for amendments.