R602--SPS Courier Contract - RMR 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), Network Contracting Office 19 (NCO 19), is conducting market research through a Sources Sought Notice to identify potential sources for Courier Services for the Sterile Processing Service (SPS) department at the Rocky Mountain Regional VA Medical Center (RMR VAMC) in Aurora, CO. This is for information and planning purposes only and does not constitute a solicitation. Responses are due by March 20, 2025, at 14:00 MST.
Scope of Work
The requirement is for comprehensive courier services, anticipated to include a Base Year and four Option Years. Services are specifically for the SPS department at the RMR VAMC.
Contract Details
- Opportunity Type: Sources Sought / Request for Information (RFI)
- NAICS Code: 492110 – Couriers and Express Delivery Services
- Small Business Size Standard: 1,500 employees or fewer
- Set-Aside: None specified (market research stage to determine potential set-asides)
- Place of Performance: Rocky Mountain Regional VA Medical Center, Aurora, CO 80045, USA
Information Requested
Interested contractors are requested to submit a Capabilities/Qualifications Statement outlining proposed solutions and product descriptions in accordance with the draft Statement of Work. Additionally, a market research table questionnaire must be completed, requesting:
- Company details (Name, Address, UEI, Contact, Phone, Email)
- Business size information (Small Business, SDB, 8(a), HUBZone, WOSB, SDVOSB, VOSB, Large Business)
- FSS/GSA Contract Holder status, contract number, and proposed solution availability/pricing structure
- Responses to FAR Market Research Questions regarding Buy American Act (domestic/foreign end product percentage) and Limitations on Subcontracting (percentage of work subcontracted, subcontractor business size, added value for subcontracting).
- Nonmanufacturer Rule questions (manufacturer status, employee count, retail/wholesale engagement, ownership/possession, small business manufacturer sourcing).
Submission Details
- Response Deadline: Friday, March 20, 2025, at 14:00 MST
- Submission Method: Email to Christopher.Hollingsworth2@va.gov
- Page Limit: Do not exceed 8 pages, including cover letter
- Proprietary Information: Mark responses as "Proprietary Information" if applicable.
- Alternative NAICS: Contractors may identify and explain any alternative NAICS codes they believe better represent the predominant work.
Additional Notes
This notice is solely for market research and planning. It is not a solicitation, and no award will be made from responses. The Government will not pay for information received or compensate for development costs. Responders are responsible for all expenses associated with responding to this RFI.