This is a Sources Sought Notice.
(a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited.
(b) Although "proposal," "offeror," contractor, and "offeror" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. The Government is seeking information for market research purposes only.
(c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as "proprietary" or "confidential," intended to restrict distribution will not be distributed outside of the Government, except as required by law.
(d) This Sources Sought is issued by VISN 2 Contracting Office in Network Contracting Office 2 for the purpose of collecting information about ARMORED CAR SERVICES for VA VISN 2 NEW YORK CITY. The VA is seeking to provide for this requirement on or about July 2026 to establish a new service contract. The NAICS code identified for this requirement is 561613-Armored Car Services.
(e) Cursory market research has identified small businesses that may be able to provide for this requirement. Contractors that are able to meet the requirements in the attachment and possess an interest in performing these service, are encouraged to email a capability statement and full information to Contract Specialist, Natalie Acevedo at natalie.acevedo@va.gov by 05/21/25 10:00AM ET.
Interested parties MUST provide company/individual name, a capability statement, examples of same or similar work performed at other facilities, SAM UEI number, address, a point of contact and social-economic status documentation. If any of the requested information is not supplied with the response, this may result in the contractor not being considered in the Government s Procurement Strategy.
- Part of the purpose of this sources sought is to determine the viability of set aside to a specific socio-economic category (service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business).
- If contractor is a Service-Disabled Veteran-Owned Small Business (SDVOSB), a Veteran-Owned Small Business (VOSB), or any other special category of contractors, then contractor is responsible for providing documentation in support of this. This information will be used to determine the viability of a set aside for this requirement.
- Prospective Quoters must register themselves on System for Award Management (SAM) https://www.sam.gov/. Prospective Quoters must have an active registration in SAM at the time of submission of quotes in order to participate in this procurement.
VA New York Harbor is required to deposit all revenues collected to financial institutions in a timely manner. Professional and responsible couriers are required to provide dedicated service to safely transport the deposits to bank drop point in a secure and protected vehicle.
OBJECTIVE
The contractor shall furnish all personnel, labor, equipment, supplies and insurance necessary to provide armored and protected courier service for VA New York Harbor Healthcare System locations enumerated on this statement of work (SOW). The armored courier service shall transport cash and checks to and from the financial institutions indicated and be bonded for the services indicated below. Please note that the institutions may change throughout the life of the contract. Also the Armored Car Service may clear funds through their own clearing house but the end deposit will be to the bank indicated. Extra runs may be required when emergency situations may occur.
The contractor shall receive funds, securities and/or instruments of funds securely and sealed and/or locked and tagged, and to transport and the deliver the same in like conditions to financial institutions designated by the VA New York Harbor Healthcare System.
SCOPE OF WORK
Services shall consist of:
Pickup deposits and supply cash when requested by cashiers on the day s pickups are made. Pickup at the VAMC is to be done Monday through Friday between 9:00 am and 3:00 pm for both Agent Cashier and VA Canteen Service excluding federal holidays. The deposits shall be deposited at a designated financial institution. These will be deposits of the Federal Government and receipts shall be provided when next pickup is done. The financial institutions and applicable pickup locations are provided on this SOW.
VA New York Harbor Healthcare System and financial institutions pick-up/drop-off locations.
VA Campus
Agent Cashier
423 East 23rd St
New York, NY 10010
AND
Chase Bank
Location to be determined.
St. Albans VA Medical Center
Agent Cashier
179-00 Linden Blvd
Queens, NY 11424
AND
Capital One Bank
146-21 Jamaica, NY 11435
St. Albans VA Medical Center
Agent Cashier
179-00 Linden Blvd
Queens, NY 11424
AND
Bank of America
205-02 Linden Blvd
St. Albans, NY
The following information is required for determining procurement strategy and viability of sources:
Contractor shall identify pertinent point of contact for company, SAM UEI number for size standard and socioeconomic verification in SAM and SBA, as well as for any intended subcontractors.
This service is located throughout VISN 2 UPSTATE NEW YORK. Provide your site location and supporting documentation. Given your location and proximity to the service site, how do you plan to accomplish self-performance of this work?
Contractor shall provide 2 to 3 instances of past experience which demonstrate that they are a firm regularly engaged in this type of work, to include subcontractors for those jobs. How many years experience does your company have in performing tasks of this nature, of this scope and this complexity? How many years of service do your proposed technicians have performing tasks of this nature, this scope, and this complexity? How many years does your proposed subcontractor have in performing tasks of this nature, this scope, and this complexity?
Contractor shall supply proof of any applicable certification or training required to meet the regulatory requirements, if applicable. How many certified/licensed/trained technicians does your company currently employ?
Set aside requirements have limitations on subcontracting. If your intention is to subcontract work, what tasks will be performed by you as the prime contractor? What tasks will require a subcontractor due to your inability to perform them within your company?
Contractor shall provide a listing of any teaming agreements they intend to employ in the performance of this requirement if awarded.
Contractor shall also identify any Federal Supply Schedules that may carry the desired services.
Contractor shall include any relevant comments about the Attachment(s) if applicable.