Federal Contract Opportunity

Last Updated on 26 Jun 2025 at 4 PM
Combined Synopsis/Solicitation
Luke Maryland

V212--Special Mode Transport

Details

Solicitation ID 36C24925Q0302
Posted Date 26 Jun 2025 at 4 PM
Response Date 15 Jul 2025 at 3 PM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office 249-network Contract Office 9 (36c249)
Agency Department Of Veterans Affairs
Location Luke Maryland United states 38105

Possible Bidders

Officemax Incorporated

Nashville Charlotte Williston Chesapeake Edwardsville Phoenix Garden grove Naperville Selma Houston Louisville Boise Alexandria Cleveland Hampton Itasca Boca raton Columbus Billerica Menlo park Saint louis Salt lake city Waipahu Warren Orlando Elkridge Carolina Brentwood Maple grove Aurora Pittsburgh Bristol Kent Portland Smyrna Carlstadt Garland

Marathon Watch Company Limited

Richmond hill Vaughan

Idsc Holdings Limited Liability Company

Pleasant prairie Kenosha Crystal lake

Sign up to access Documents

Signup now
COMBINED SYNOPSIS/SOLOCITATION FOR COMMERICAL ITEM GENERAL INFORMATION Document Type: Combined Synopsis/Solicitation Posted Date: 06/12/2025 Response Date: 07/15/2025 10:00 AM CT Product or Service Code: V212 Transportation/Travel/Relocation: Motor Passenger NAICS Code: 485991 Special Needs Transportation Small Business Size Standard: $19M Period of Performance: 10/01/2025 through 9/30/2027 Contracting Office Address Network Contracting Office 9 ATTN: Christina Lawrence Department of Veterans Affairs Contracting Office, Suite 204 1639 Medical Center Parkway Murfreesboro, TN 37129 Contract Specialist: Christina Lawrence, [email protected] Solicitation number and date: 36C24925Q0302 posted 06/12/2025 Amendment number and date: No. 1 posted 06/26/2025 Response Date: 07/15/2025 10:00 AM CT Pages: 4 The purpose of this amendment is to provide answers to questions submitted by interested vendor, correct the Performance Work Statement (PWS)/Combined Synopsis and correct the employee class under FAR 52.222-42. Description of the change being made: The purpose for the amendment to the solicitation is to make changes to: Post Questions and Answers 36C24925Q0302. Remove Remove Employee Class 12010 Ambulance Deriver and replace with 31290 Shuttle Bus Driver (Van Driver) Corrected ZIP code on page 4 Changed Suit to Suite 204 on page 12 Questions for 36C24925Q0302 Special Mode Transportation Question: Why did the government decide to issue a solicitation with only a 2-year period of performance? A 5-year period would allow contractors to spread costs over a longer period, potentially offering more competitive pricing. Will the government consider revising the period of performance to 5 years? Answer: The length of the contract is determined by the requesting facility, fiscal, and contracting department. The Period of Performance for this contract will remain 10/01/2025 to 09/30/2027. Question: Are contractors allowed to submit their own pricing documents? If so, how will the VA compare quotes if different pricing documents are used? Answer: Interested vendors can submit a quote using company letterhead. All submissions must include the Price/Cost Schedule pricing listed in the combined synopsis for fair comparison and price reasonableness. Incomplete Price/Cost Schedules will render a vendor's quote unresponsive. Question: The price schedule indicates more than 25,000 trips per year, yet the estimated quantity for additional miles (beyond 30 miles) is only 8,000. Is this an accurate estimate? Answer: Yes. All CLIN quantities have been determined using historical data. Question: Page 9 lists 12010 Ambulance Driver as the employee class under this solicitation. Since ambulances are not required, what is the correct employee class? Answer: The employee class has been changed from "12010 Ambulance Driver" to "31290 Shuttle Bus Driver (Van Driver)." This classification is a suggestion. Contractors should consult with a DOL representative or visit www.dol.gov for guidance. Refer to Solicitation Attachment WD 2015-4673 REV 28 05.06.2025. Question: The PWS indicates that licensing and insurance documents are to be provided "before commencing work under the contract," which contradicts the Combine Synopsis Solicitation Notice. Which is correct? Answer: The PWS has been corrected. Prior to contract award, the contractor shall furnish the Contracting Officer with a certification from their insurance company indicating that the required coverage has been obtained and that it cannot be changed or canceled during the contract term. Question: Section 4.3 mentions EMTs, CCTPs, and other medical personnel. Since the solicitation is for Wheelchair and Stretcher Transportation, these positions are not required. Can they be removed from the PWS? Answer: EMTs, CCTPs, and other medical personnel have been removed from the PWS. Question: Section 4.4 mentions emergency medical transport vehicles (ambulances). As this solicitation is for Wheelchair and Stretcher Transportation, can references to ambulances be removed? Answer: "Ambulance" has been removed and replaced with "transportation." Question: The Combined Synopsis/Solicitation Notice states: Quotes shall be submitted in one email, not exceeding 5 attachments and a total of 25 pages using no less than 12 point font. Given the amount of required information, can the page limit be increased to 100 pages? Answer: The solicitation has been revised to allow up to 75 pages. FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. 9: Question: How many vehicles do you need for this contract and what kind of vehicle are you using for this requirement? Answer: It will be up to the company bidding for the contract to know if they have enough vehicles to provide the required number of wheelchair trips and stretcher trips per day. They will need to be able to provide up to 100 wheelchair trips and 20 stretcher trips per day. Current Contractor has 12 wheelchair vans and four stretcher vans and that is not enough. Especially stretcher vans. As for the type of vehicle, the VA doesn t specify the type of vehicle, as long as vehicle meets the Department Of Transportation requirements for wheelchairs and stretchers. It can be small vans, large vans, or busses.

Similar Opportunities

Luke Maryland 15 Jul 2025 at 3 PM
Augusta Maine 14 Jul 2025 at 9 PM
Augusta Maine 14 Jul 2025 at 9 PM
Augusta Maine 31 Aug 2025 at 2 PM
Augusta Maine 11 Jul 2025 at 4 AM (estimated)

Similar Awards

Miami Florida 24 Feb 2020 at 3 PM
Miami Florida 11 Feb 2020 at 7 PM
Miami Florida 02 Mar 2020 at 3 PM
Murfreesboro Tennessee Not Specified