V999--Wheelchair Transportation Services for Dallas VA Medical Center
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 Contracting Office 17, has issued a pre-solicitation notice for non-emergent wheelchair transportation services supporting the Dallas VA Medical Center. This requirement consolidates multiple existing contracts into a single solicitation to improve administrative efficiency and service delivery. A formal Request for Proposals (RFP) is expected to be posted on or about March 1, 2026.
Scope of Work
The contractor shall provide all vehicles, personnel, management, supplies, and equipment necessary to facilitate wheelchair transportation for veterans. Key requirements include:
- Availability: 24 hours a day, 7 days a week (24/7), including weekends and holidays.
- Service Area: The Dallas VA main campus and Community-Based Outpatient Clinics, serving over 235,000 veterans across North Texas and southern Oklahoma (covering approximately 50 counties).
- Compliance: Adherence to all federal, state, and local regulations for patient transport to and from medical appointments.
Contract & Timeline
- Type: Firm-Fixed-Price (FFP) Indefinite Delivery Contract (IDC).
- Duration: Five (5) separately priced 1-year ordering periods (60 months total).
- Estimated Value: Approximately $73,689,830.59.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 485991 (Special Needs Transportation) with a $19.0M size standard.
- RFP Release: Anticipated March 1, 2026.
Evaluation
Source selection will be conducted in accordance with FAR Part 15 using a Tradeoff process. Evaluation factors will include Technical capability, Price, and Past Performance to determine the best value for the Government.
Additional Notes
This notice is for informational purposes to encourage early industry engagement. Potential offerors should monitor SAM.gov for the official solicitation under number 36C25726R0014.