V119--Altoona VAMC Wheelchair Van Transportation Service
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 Contracting Office 4, is soliciting proposals for non-emergent Wheelchair Van Transportation Services for the Altoona VAMC and its associated Community-Based Outpatient Clinics (CBOCs). This is a Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract with an anticipated maximum value of $22,500,000.00. This acquisition is a Total Small Business Set-Aside with tiered evaluations prioritizing SDVOSBs, VOSBs, HUBZone, 8(a), and WOSBs. Offers are due Monday, June 1, 2026, at 10:00 AM EST.
Scope of Work
The contractor will provide all necessary vehicles, personnel, management, supplies, and equipment to deliver 24/7 non-emergent wheelchair transportation services. This includes transporting patients (manual or power chairs), their luggage (up to 20 lbs), and medical records. Key requirements include ensuring vehicles meet all federal, state, and local regulations, and that personnel are courteous, professional, possess valid driver's licenses, and are trained in first aid, including administering patient-supplied oxygen. The contractor must utilize the VetRide Vendor Portal or VA-approved transportation software for trip requests and claims, maintain a Quality Control Plan (QCP), adhere to Tuberculosis (TB) exposure control policies, and comply with HIPAA and other privacy/security regulations.
Contract Details
This will be a Firm-Fixed-Price, IDIQ contract. The anticipated ordering period is from July 20, 2026, through July 19, 2031. The contract includes a minimum guarantee of $5,000.00 and a maximum contract value of $22,500,000.00. Task orders will be issued unilaterally, contingent on the availability of VA funds.
Submission & Evaluation
Proposals are due electronically via email to Cynthia.Laemmerhirt@va.gov by Monday, June 1, 2026, at 10:00 AM EST. Questions regarding the solicitation must be submitted by Tuesday, May 26, 2026. Award will be based on a best value determination using a Performance Price Tradeoff methodology, where Past Performance is significantly more important than Price.
Eligibility & Set-Aside
This is a Total Small Business Set-Aside (FAR 19.5). The acquisition is subject to tiered evaluations, prioritizing Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), Veteran-Owned Small Businesses (VOSBs), HUBZone, 8(a), and Women-Owned Small Businesses (WOSBs), followed by all other small businesses. Offerors must be certified and listed in the SBA certification database for their respective small business category. The applicable NAICS Code is 485991 (Special Needs Transportation) with a size standard of $19 Million. Offerors must be registered in SAM prior to award. The VA Notice of Limitations on Subcontracting (VAAR 852.219-75) applies, requiring certification of compliance.
Attachments & Notes
The Service Contract Labor Standards Act applies, with specific Wage Determinations provided for numerous Pennsylvania counties including Centre, Indiana, Clinton, Bedford, Somerset, Huntingdon, Juniata, Mifflin, Northumberland, Snyder, Union, Cameron, Clearfield, Elk, Jefferson, McKean, Potter, Cambria, and Blair. Attachments include a Past Performance Questionnaire (PPQ) for evaluators and the VA Information Security Rules of Behavior (ROB) for Non-Organizational Users, which will be mandatory for personnel requiring access to VA systems.