R602--VISN 12 (WI, IL, MI) Reference Lab Courier Services
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 Network Contract Office 12 (36C252), is soliciting proposals for Reference Lab Courier Services for VISN 12, covering facilities in Wisconsin, Illinois, and Michigan. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The contractor will provide comprehensive courier services for laboratory specimens, pharmaceuticals, and supplies. Quotes are due by February 23, 2026, at 9:00 AM CST.
Scope of Work
The selected contractor will provide all labor, supervision, transportation, fuel, insurance, and equipment for the safe and timely transport of laboratory specimens, pharmaceuticals, microbiology cultures, reagents, and supplies. Services will be performed between eight (8) VA Medical Centers and various Community-Based Outpatient Clinics within VISN 12. Key requirements include maintaining temperature integrity for ambient, refrigerated, incubated, and frozen materials, utilizing vehicles equipped to handle up to five incubators simultaneously, and implementing a real-time location tracking system for all drivers. The contractor must also comply with DOT and OSHA regulations and VHA Directive 1192 regarding influenza vaccination or masking for personnel. Contractor personnel are responsible for all loading and unloading. Detailed routes, pickup/drop-off locations, timing, and estimated trip quantities are provided in the revised Attachment A.
Contract Details
- Contract Type: Firm Fixed Price.
- Period of Performance: A base period from April 1, 2026, to September 30, 2026, followed by three option years. The contract includes options to extend services for up to six months (FAR 52.217-8) and to extend the term for up to four years total (FAR 52.217-9).
- Product Service Code (PSC): R602 (Courier And Messenger Services).
- NAICS Code: 492110 (Couriers and Express Delivery Services), with a size standard of 1500 employees.
Submission & Evaluation
- Quotes Due: February 23, 2026, 9:00 AM CST.
- Required Documents: SF 1449, Contractor Information, Acknowledgement of Amendments, completed VAAR 852.219-75, a completed and revised Price Schedule, Certificate of Liability Insurance, and a Technical Quote detailing experience, approach, fleet/driver capability, tracking system, and training plan.
- Evaluation Criteria: Proposals will be evaluated based on Price and Technical factors. The Government reserves the right to select an offer other than the lowest price if it is deemed more advantageous.
- Amendment Acknowledgment: Offerors must acknowledge all amendments, including the latest modification extending the deadline and providing updated attachments.
Eligibility & Notes
This procurement is 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Offerors must be verified by the Small Business Administration (SBA) and listed on the SBA website to be considered eligible. Electronic invoice submission is required via Tungsten Network. Specific facility requirements, such as drug-free campus policies, no smoking, and weapon prohibition, are also detailed.