V212--Non-Emergent Medical Transportation Services

SOL #: 36C25026Q0216Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
250-NETWORK CONTRACT OFFICE 10 (36C250)
DAYTON, OH, 45428, United States

Place of Performance

Cleveland, OH

NAICS

Special Needs Transportation (485991)

PSC

Motor Passenger Services (V212)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 21, 2026
2
Last Updated
Mar 2, 2026
3
Submission Deadline
Feb 28, 2026, 8:30 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), Network Contracting Office 10, is soliciting quotations for Non-Emergent Medical Transportation Services to support the Cleveland FES Center and affiliated clinics in Cleveland, OH. This acquisition is a Total Small Business Set-Aside for a Firm-Fixed-Price contract. Quotations are due February 27, 2026, at 3:30 PM EST.

Scope of Work

The contractor will provide non-emergency ambulatory and wheelchair/ambulette transportation services for research participants. Services include door-to-door assistance, with drivers providing support from the exterior door to the vehicle and vice versa. Vehicles must be licensed, registered, insured, and ADA compliant. Drivers must be qualified, trained (CPR, First Aid, passenger assistance, wheelchair securement), and pass background checks. Routine trips require 24-hour advance notice. The estimated historical volume is approximately 270 round trips per fiscal year. Contractors are responsible for providing vehicles, lifts, and securement systems, but not participants' wheelchairs. No bariatric-capable vehicles are specifically required, and one caregiver may accompany a participant at no additional charge.

Contract & Timeline

  • Type: Firm-Fixed-Price
  • Period of Performance: A base year (approx. March 15, 2026 - March 14, 2027) with three 1-year option periods.
  • Estimated Value: $19 Million (as stated in the solicitation document).
  • Set-Aside: Total Small Business
  • Offer Due Date: February 27, 2026, 3:30 PM EST
  • Published Date: February 18, 2026

Evaluation

Award will be based on a Lowest-Priced Technically Acceptable (LPTA) approach. Evaluation factors include Technical Capability (Acceptable/Unacceptable), Past Performance (Acceptable/Unacceptable/Neutral), and Price. Offerors must submit pricing for the base year and all option periods.

Additional Notes

Offerors must have an active registration in SAM.gov at the time of submission. The Service Contract Act Wage Determination #2015-4727 (Revision No. 28, dated 12/03/2025) applies, requiring compliance with specified wage rates and fringe benefits for the Ohio geographic area. Electronic invoicing will be conducted via the Tungsten Network. Clarifications indicate that pricing should include anticipated waiting time, and multiple Veterans cannot be transported in the same trip.

People

Points of Contact

Christopher R PowellContracting OfficerPRIMARY

Files

Files

Download
Download
Download

Versions

Version 4
Solicitation
Posted: Mar 2, 2026
View
Version 3Viewing
Solicitation
Posted: Feb 18, 2026
Version 2
Solicitation
Posted: Feb 5, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 21, 2026
View