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, has issued a Solicitation (VA-26-00001159) for Non-Emergent Wheelchair Transportation Services for the Baltimore VA Medical Center (VAMC) and its associated clinics. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a Multiple Award Firm Fixed Price IDIQ contract. The proposal due date has been extended to May 1, 2026, at 15:00 Eastern Time (ET).
Scope of Work
Contractors will provide 24/7 non-emergent wheelchair transportation services, including weekends and holidays, for patients of the Baltimore VAMC and its Community-Based Outpatient Clinics (CBOCs) and affiliated healthcare clinics. Services encompass providing all necessary vehicles, personnel, management, supplies, equipment, and reporting. Key requirements include:
- Ensuring safe, comfortable vehicles meeting federal, state, and local regulations.
- Drivers with valid licenses, experience, and first aid certification.
- Professional personnel identified by company and employee name.
- Implementation of a Tuberculosis (TB) exposure control policy and personnel TB testing.
- Utilization of the VetRide Vendor Portal or VA-approved transportation software for requests and invoicing.
- Adherence to a Quality Control Plan (QCP) and specific performance standards, including response times.
- Transport of patient luggage (up to 20 lbs), medical records, medication, and comfort items.
- Compliance with HIPAA, OSHA, Blood Borne Pathogens regulations, and COVID-19 protocols.
- Personnel must undergo background investigations (LOW RISK).
Contract Details
- Contract Type: Multiple Award Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) with shared capacity.
- Period of Performance: Anticipated five years, from July 1, 2026, to June 30, 2031.
- Minimum Guaranteed Amount: $1,000.00.
- Maximum Contract Ceiling: $50,000,000.00.
- Place of Performance: Primarily Baltimore VAMC, MD, but services may be required within Maryland, Virginia, and West Virginia.
Eligibility & Evaluation
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). SDVOSBs must be listed and viewable in the Small Business Administration (SBA) database at the time of offer submission and prior to award.
- NAICS Code: 485991 (Special Needs Transportation) with a size standard of $19 Million.
- Evaluation: Award will be based on Lowest Price Technically Acceptable (LPTA) criteria. The VA intends to award up to three (3) contractors.
Submission & Key Dates
- Proposals Due: May 1, 2026, at 15:00 Eastern Time (ET).
- Questions Due: April 15, 2026, at 13:00 Eastern Time (ET).
- Submission Requirements: Proposals must be submitted in two volumes: Volume I (Technical - Non-price) and Volume II (Price). Specific requirements include completing SF 1449, cover letter, technical capability statement, fleet data, company stability proof, experience documentation, insurance proof, personnel qualifications, and past performance references.
- Registration: Contractors must be registered in SAM.gov prior to contract award and submit evidence of enrollment with VETS4212.
Additional Notes
This solicitation incorporates numerous FAR and VAAR clauses. Bidders must also review the provided U.S. Department of Labor Wage Determinations for various counties in Maryland, Virginia, and West Virginia, as these establish minimum wage rates and fringe benefits under the Service Contract Act, which must be incorporated into proposals for compliance and accurate cost estimation. Amendment 0001 revised the Performance Work Statement (PWS) and Price/Cost Schedule, and removed Section B.2 (Multiple Award Task Order Contract).