V212--New Wheelchair Solicitation FY26 (VA-26-00001159)
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 5, is soliciting proposals for Non-Emergent Wheelchair Transportation Services for the Baltimore VA Medical Center (VAMC) and its associated Community-Based Outpatient Clinics (CBOCs) and affiliated healthcare clinics. This will be a Multiple Award Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a maximum ceiling of $50,000,000.00. This acquisition is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Award will be based on the Lowest Price Technically Acceptable (LPTA) methodology, with up to three contractors anticipated. Proposals are due by 5:00 PM EST on April 24, 2026.
Purpose & Scope
The selected contractors will provide comprehensive non-emergent wheelchair transportation services on a 24/7 basis, including weekends and holidays. This includes furnishing all necessary vehicles, personnel, management, supplies, equipment, and reporting. Services involve transporting patients, their luggage (up to 20 lbs), medical records, medication, and comfort items. The primary place of performance is the Baltimore VAMC, but services may extend to various VA facilities and CBOCs within Maryland, Virginia, and West Virginia.
Key Requirements
Contractors must ensure vehicles are safe, comfortable, and compliant with all federal, state, and local regulations. Drivers must possess valid licenses, first aid certification, and meet specific experience and driving record requirements. Personnel must be courteous, professional, and undergo background investigations (LOW RISK). A Tuberculosis (TB) exposure control policy is required, along with personnel TB testing. Contractors must utilize the VetRide Vendor Portal or a VA-approved transportation software for requests and invoicing, maintain a Quality Control Plan (QCP), and adhere to specific performance standards, including response times. Compliance with HIPAA, OSHA, and infectious disease protocols (e.g., COVID-19) is mandatory.
Contract Details
- Contract Type: Multiple Award Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ), shared capacity.
- Period of Performance: Anticipated five years, from July 1, 2026, to June 30, 2031.
- Estimated Value: Minimum Guaranteed $1,000.00; Maximum Ceiling $50,000,000.00.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 485991 (Special Needs Transportation) with a $19 Million size standard.
Submission & Evaluation
- Questions Due: 1:00 PM EST on April 15, 2026.
- Proposals Due: 5:00 PM EST on April 24, 2026.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Up to three awards anticipated.
- Submission Requirements: Proposals must be submitted in two volumes: Volume I (Technical - Non-price) and Volume II (Price). Specific requirements include completing SF 1449, providing a cover letter, technical capability statement, fleet data, company stability proof, experience documentation, insurance proof, personnel qualifications, and past performance references.
- Eligibility: SDVOSBs must be registered in SAM.gov and listed in the Small Business Administration (SBA) database at the time of offer submission and prior to award.
Important Notes
Amendment 0001 removed Section B.2 (Multiple Award Task Order Contract) and revised the Performance Work Statement (PWS) and Price/Cost Schedule. Offerors must review these updated documents carefully. Multiple U.S. Department of Labor Wage Determinations (SCA) are provided for various counties in Maryland, Virginia, West Virginia, Delaware, Kentucky, and New Jersey, which establish minimum wage rates and fringe benefits that must be incorporated into proposals.