R602--Laboratory Courier Services for the Lexington VAMC
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 NETWORK CONTRACT OFFICE 9 (36C249), is soliciting proposals for Laboratory Courier Services for the Lexington VA Healthcare System (LVAHCS). This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a 5-year firm-fixed-price contract. Proposals are due March 4, 2026, at 10:00 AM Central Time.
Scope of Work
The contractor will provide comprehensive laboratory specimen courier services, including labor, equipment, vehicles, information security (HIPAA), and insurance. Key services include:
- Scheduled Weekday Service: Daily (Monday-Friday) transport of diagnostic and laboratory specimens from specified VA Community Based Outpatient Clinics (CBOCs) to the LVAHCS Main Laboratory. Pickups are between 4:00 PM - 4:30 PM, with delivery to the main lab no later than 9:30 PM the same day.
- Unscheduled Secondary Campus Service: On-call, as-needed transport of specimens from the VA Leestown Division (secondary campus) to the Main Laboratory, available evenings, weekends, and federal holidays. Pickups must occur within one hour of order, with delivery within 30 minutes of pickup.
- Compliance: Services must adhere to ANSI/AAMI Standard 79, DOT regulations, VHA Directive 1106, LVAHCS SOP, HIPAA, and regulations for dangerous goods and bio-hazardous materials.
- Vehicle & Personnel Requirements: Vehicles must be licensed, maintained, display company name/logo, and be equipped with a bio-hazard spill kit. Drivers require valid licenses, background checks, uniforms, IDs, and training in Universal Precautions. The government will provide medical-grade coolers.
Contract Details
- Contract Type: Firm-Fixed-Price
- Duration: One (1) Base Year and four (4) one-year Option Periods (5-year total)
- Anticipated Start Date: April 1, 2026
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be SBA certified and listed.
- NAICS Code: 492210 (Local Courier Services)
- PSC Code: R602 (Courier And Messenger Services)
Submission & Evaluation
- Proposal Due: March 4, 2026, 10:00 AM Central Time.
- Submission Method: Offers to be submitted via email to Elizabeth.Trimm@va.gov.
- Evaluation Factors: Technical Approach (Technical Plan, Quality Control Plan, Contingency Plan), Past Performance, and Price. Award will be made to the most advantageous quote.
- Post-Award Deliverables: List of vehicles, drivers, contingency plan, background investigation forms, insurance certificates, quality control plan, subcontractor percentages, and training completion records.
Key Clarifications & Amendments
An amendment (36C24926Q0108 0001.docx) and Q&A document clarify several points:
- The proposal deadline is confirmed as March 4, 2026, 10:00 AM Central Time.
- No mandatory site visits or pre-bid conferences will be held.
- VAAR 852.219-73(e) regarding limitations on subcontracting for SDVOSBs has been modified. Bidders must select a compliance measurement period (either by end of base/option period or by end of each order).
- Previous contract number was 36C24921A0009, with the final option year costing $98,806.99.
- Current operations typically involve two vehicles/drivers for weekday CBOC collections, plus an additional driver for evening/weekend on-call service, using sedans, small SUVs, or minivans.
- The government will not dictate specific routes.
Additional Notes
This contract includes Service Contract Labor Standards requirements, with several Wage Determinations attached for various Kentucky counties (e.g., Fayette, Pulaski, Rowan, Madison, Perry). Bidders are responsible for all travel costs, and replacement costs for lost lockbox keys ($10) or damaged medical-grade coolers (approx. $200).