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), Network Contracting Office 4, is soliciting proposals for non-emergent Wheelchair Van Transportation Services for the Altoona VA Medical Center (VAMC) and its associated Community-Based Outpatient Clinics (CBOCs). This is a Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The acquisition is a Total Small Business Set-Aside. Proposals 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. Personnel must be courteous, professional, possess valid driver's licenses, and be trained in first aid and patient-supplied oxygen administration. Vehicles must meet all federal, state, and local safety regulations. The contractor must utilize the VetRide Vendor Portal or VA-approved transportation software for trip requests and claims, maintain a Quality Control Plan (QCP), and comply with HIPAA and TB exposure control policies.
Contract Details
- Contract Type: Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ)
- Ordering Period: Anticipated July 20, 2026, through July 19, 2031
- Minimum Guarantee: $5,000.00
- Maximum Contract Value: $22,500,000.00
- NAICS Code: 485991 (Special Needs Transportation)
- Size Standard: $19 Million
- Product Service Code: V119 (Other Cargo And Freight Services)
- Place of Performance: Altoona VAMC and CBOCs (Pennsylvania counties covered by various Wage Determinations)
Set-Aside & Eligibility
This acquisition is a Total Small Business Set-Aside (FAR 19.5). It is subject to tiered evaluations prioritizing SDVOSBs, VOSBs, HUBZone, 8(a), WOSB, and then all other small businesses. Offerors must be certified and listed in the SBA certification database for their respective small business category. All interested parties must be registered in the System for Award Management (SAM) prior to award.
Submission & Evaluation
- Offer Due Date: Monday, June 1, 2026, at 10:00 AM EST
- Questions Due: Tuesday, May 26, 2026
- Submission Method: Electronically via email to Cynthia.Laemmerhirt@va.gov
- Evaluation Factors: Past Performance (significantly more important) and Price. Award will be based on a Best Value determination using a Performance Price Tradeoff methodology.
- Contact: Cynthia A Laemmerhirt, Contract Specialist, Cynthia.Laemmerhirt@va.gov
Amendments & Key Updates
The latest amendment (0003, published May 8, 2026) provides answers to vendor questions and adds FAR 52.222-90, "ADDRESSING DEI DISCRIMINATION BY FEDERAL CONTRACTORS (APR 2026)." Key clarifications include:
- Pricing Adjustment: All CLINs are subject to an annual fuel adjustment, using 15.00% of the price per mile as the base cost.
- Trip Leg Payment: Each leg of a round trip is considered a one-way trip, with base rates differing by the Veteran's county of origin.
- DEI Clause: Prohibits racially discriminatory DEI activities, requires compliance information, and outlines consequences for non-compliance. An earlier amendment (0002, published May 5, 2026) clarified the acquisition as a 100% Small Business Set-Aside.
Important Attachments
Bidders must review various attachments, including:
- Wage Determinations: Multiple WDs are provided for various Pennsylvania counties (e.g., Blair, Cambria, Centre, Clinton, Indiana, Juniata, Mifflin, Bedford, Somerset, Huntingdon, Cameron, Clearfield, Elk, Jefferson, McKean, Potter), which are crucial for accurate labor cost estimation under the Service Contract Labor Standards Act.
- VA Notice of Limitations on Subcontracting (VAAR 852.219-75): Requires certification of compliance with subcontracting limitations (e.g., not exceeding 50% to non-SDVOSBs/VOSBs for services).
- Past Performance Questionnaire (PPQ): Outlines criteria for past performance evaluation.
- VA Information Security Rules of Behavior (ROB): Mandatory for non-organizational users requiring access to VA systems.