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), Network Contract Office 12, is soliciting proposals for Reference Lab Courier Services for VISN 12 facilities in Wisconsin and Illinois. This Firm Fixed-Price contract requires the safe and timely transport of laboratory specimens, pharmaceuticals, and supplies between eight VA Medical Centers and Community-Based Outpatient Clinics. This opportunity is 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Quotes are due by February 20, 2026, at 13:00 CST.
Scope of Work
The contractor will provide all labor, supervision, transportation, fuel, insurance, and equipment for courier services. Key requirements include:
- Safe and timely transport of laboratory specimens, pharmaceuticals, microbiology cultures, reagents, and supplies.
- Maintaining temperature integrity for ambient, refrigerated, incubated, and frozen materials.
- Providing vehicles capable of sustaining required temperatures for up to five incubators simultaneously.
- Implementing a real-time location tracking system for all drivers.
- Participating in monthly performance review calls.
- Ensuring compliance with DOT and OSHA regulations, and VHA Directive 1192 regarding influenza vaccination or masking for personnel.
- Contractor personnel are solely responsible for loading and unloading all items.
Contract Details
- Contract Type: Firm Fixed Price.
- Period of Performance: A base period from April 1, 2026, to September 30, 2026, plus three one-year option periods. 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).
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 492110 - Couriers and Express Delivery Services (Size Standard: 1500 Employees).
- Product Service Code: R602 - Courier And Messenger Services.
Submission & Evaluation
- Quotes Due: February 20, 2026, 13:00 CST.
- Questions Due: February 12, 2026, 8:00 AM local time, submitted via email to erika.cannaday@va.gov.
- Evaluation Criteria: Proposals will be evaluated based on Price and Technical factors. The Government may select an offer other than the lowest price if it is deemed more advantageous.
- Required Documents: SF 1449, Contractor Information, Acknowledgement of Amendments, completed VAAR 852.219-75, completed Price Schedule, Certificate of Liability Insurance, and a Technical Quote detailing experience, approach, fleet/driver capability, tracking system, and training plan.
- Eligibility: Offerors must be verified by the Small Business Administration (SBA) and listed on the SBA website as an SDVOSB.
Additional Notes
Electronic invoice submission is required via the Tungsten Network. Bidders should review "Attachment A - Route Schedule.xlsx" for detailed route information, including pickup/drop-off locations, times, mileage, and annual trip estimates, which is crucial for pricing and logistical planning.