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 Solicitation 36C24526Q0162 for Non-Emergent Wheelchair Transportation Services for the Baltimore VA Medical Center (VAMC) and its associated Community-Based Outpatient Clinics (CBOCs). This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The contract will be a Multiple Award Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) with a maximum ceiling of $50,000,000. Proposals are due May 1, 2026, by 3:00 PM ET.
Scope of Work
The contractor will provide 24/7 non-emergent wheelchair transportation services, including all necessary vehicles, personnel, management, supplies, and equipment. This involves transporting patients, their luggage (up to 20 lbs), medical records, medication, and comfort items. Key requirements include adherence to specific performance standards, response times, and personnel qualifications such as valid licenses, first aid certification, background investigations (LOW RISK), and TB testing. Compliance with federal, state, and local regulations, including HIPAA, OSHA, and COVID-19 protocols, is mandatory. Contractors must utilize the VetRide Vendor Portal or a VA-approved transportation software and maintain a Quality Control Plan (QCP).
Contract Details
This is a Multiple Award Firm Fixed Price IDIQ with shared capacity, intending to award up to three (3) contractors. The anticipated period of performance is five years, from July 1, 2026, to June 30, 2031. The minimum guaranteed amount is $1,000.00, with a maximum contract ceiling of $50,000,000.00. The NAICS code is 485991 (Special Needs Transportation) with a size standard of $19 Million.
Eligibility & Evaluation
This acquisition is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors 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. Evaluation will be based on Lowest Price Technically Acceptable (LPTA). Proposals must be submitted in two volumes: Technical (Non-price) and Price. Updated evaluation criteria (Section E.6) and supplemental instructions (Section E.8) are available in the latest amendments.
Submission Requirements
Proposals require completion of SF 1449, a cover letter, technical capability statement, fleet data, proof of company stability, experience documentation, insurance proof, personnel qualifications, and past performance references.
Key Dates & Contact
- Questions Due: April 15, 2026, by 1:00 PM EST
- Proposals Due: May 1, 2026, by 3:00 PM ET
- Contact: Dan Feng Lu, Contract Specialist, DanFeng.Lu@va.gov
Additional Notes
Multiple amendments have been issued, providing clarifications, Q&A, and updates to the Performance Work Statement and evaluation sections. Wage Determinations under the Service Contract Act are applicable for various counties in Maryland, Virginia, and West Virginia, establishing minimum wage rates and fringe benefits that bidders must incorporate into their proposals. The place of performance, while centered in Baltimore, MD, may extend to other VA facilities and CBOCs within these states.