V119--Special Mode Transportation for VANCHCS

SOL #: 36C26126Q0457Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
261-NETWORK CONTRACT OFFICE 21 (36C261)
MATHER, CA, 95655, United States

Place of Performance

Place of performance not available

NAICS

All Other Transit and Ground Passenger Transportation (485999)

PSC

Other Cargo And Freight Services (V119)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Mar 25, 2026
2
Last Updated
Apr 10, 2026
3
Submission Deadline
Apr 17, 2026, 7:00 PM

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 the Network Contracting Office 21, has issued a Request for Quote (RFQ) for Special Mode Transportation (SMT) services for beneficiaries of the VA Northern California Health Care System (VANCHCS). This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Quotes are due by April 17, 2026, at 12:00 PM PDT.

Scope of Work

The contractor will provide non-emergency SMT services on an "as needed" basis, 24 hours a day, 7 days a week, 365 days a year, within California. This includes furnishing all necessary transport vehicles, personnel, management, supplies, fuel, equipment, and reports. Services encompass Wheelchair Van, Gurney Van, and Secure Car with Attendant services, with specific mileage ranges. Vehicles must be clean, maintained, and equipped, and drivers properly licensed and trained. An attendant must be provided upon request, especially for mental health transfers. Oxygen tanks must be safely provided and stored. The service area extends from Redding, CA to Modesto, CA, and east to Sonora, CA and Lake Tahoe, CA, serving approximately 34,590 eligible Veterans. Contractors must utilize the VetRide Vendor Portal or VA-approved transportation software for ordering and invoicing.

Contract Details

  • Type: Fixed Price Indefinite Delivery Indefinite Quantity (FP-IDIQ)
  • Period of Performance: June 1, 2026, through March 31, 2027 (10 months)
  • Guaranteed Minimum Award: $1,000.00
  • Maximum Aggregate Value: $9,000,000.00
  • NAICS Code: 485999 (Other Cargo And Freight Services), Size Standard: $19M

Eligibility & Submission

This acquisition is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Vendors' SDVOSB status will be verified via https://search.certifications.sba.gov/. Contractors must be registered in SAM.gov with the purpose of registration reflecting "ALL AWARDS." Quotes must be submitted electronically via email to Emily.Trinh@va.gov by the due date. Submissions require two separate parts: Price and Technical. Key submission items include a signed SF 1449, a completed price schedule, a signed VA Notice of Limitations on Subcontracting, and a signed copy of Amendment 0001.

Evaluation Criteria

Award will be based on the best value to the Government, considering both price and non-priced factors. Technical evaluation factors include Technical Capability, Vehicle and Equipment, Subcontracting Plan, Past Performance, and Price. A Past Performance Factor Worksheet must be completed.

Important Notes & Action Items

  • Carefully read the Addendum to RFO 52.212-1 Instructions to Offerors - Commercial Items and RFO 52.212-2 Evaluation.
  • Vendors must complete, sign, and submit VAAR 852.219-75.
  • The government cannot provide historical trip data; base quotes on estimated quantities.
  • Multiple Wage Determinations (e.g., 2015-5623, 2015-5655, 2015-5631, 2015-5627) apply and must be factored into pricing.
  • A Business Associate Agreement (BAA) outlines responsibilities for handling Protected Health Information (PHI).
  • The Quality Assurance Surveillance Plan (QASP) details how contractor performance will be evaluated.
  • Vendors are responsible for checking SAM.gov for any amendments. Telephone calls will not be considered for questions.

People

Points of Contact

Emily N TrinhContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Apr 10, 2026
Version 2
Solicitation
Posted: Mar 26, 2026
View
Version 1
Pre-Solicitation
Posted: Mar 25, 2026
View