**THIS NOTICE IS NOT SOLICITATION** DO NOT SEND QUOTES AT THIS TIME**
This notice is in accordance with (IAW) Revolutionary Federal Acquisition Regulation Overhaul subpart 5.1, Presolicitation.
GENERAL INTENT:
The Department of Veterans Affairs (VA), James H. Quillen VA Medical Center (JHQVAMC) is seeking responses from capable and interested contractors to determine whether to conduct competitive procurement and the type of small business set-aside, if supported.
The applicable North American Industry Classification System (NAICS) code: 492110, Couriers and Express Delivery Services. NAICS 492110 has a small business size standard of 1500 employees. Product Service Code (PSC) R602, Support- Administrative: Courier/Messenger.
REQUIRED SERVICES: The Contractor shall provide daily scheduled pickups and deliveries of laboratory specimens, lab-related supplies and equipment, and misc. inter-office mail between the James H. Quillen VA Medical Center and the Community Outpatient Clinics (CBOCs) and Rural Outreach Clinics (ROCs) IAW the Statement of Work (SOW). Pick-up will be Monday through Friday at designated times with no pick-up or delivery on weekends or Federal Holidays. The contractor is responsible for all the labor, materials, supplies, and transportation resources needed to meet this requirement. The government is responsible for the proper packaging/preparation of laboratory specimens, lab-related supplies and equipment, and inter-office mail picked up by the contractor.
ITEMS TO BE TRANSPORTED include:
Each day-one to two coolers with Diagnostic Laboratory Specimens such as but not limited to tubes of blood, urine, stool specimens, sputum, cultures, cytology specimens, body fluids, biopsies, and viral cultures.
Specimens will be packed in cooler/s by CBOC or ROC staff. The coolers will have a temperature monitor, be sealed with a zip tie, and be ready for courier pick-up each day at the designated pick-up time.
Laboratory supplies such as but not limited to test kits, supplies for collection of specimens, and any supply or consumable necessary for the lab to function that doesn t exceed 25 pounds in weight.
Equipment to support the function of the lab that does not exceed 75 pounds in weight.
Mail will be enclosed in a locked mail bag.
SERVICE LOCATIONS:
Note: MH VA is Mountain Home VA Medical Center in Johnson City, TN.
If no weekday is given, then it is Monday through Friday, excluding holidays.
While table reflects one-way travel, the estimated annual trip is one-way in both directions.
Estimated Trips are not guaranteed.
START
PICKUP TIME
STOP
DROP OFF TIME
DISTANCE (miles)
ESTIMATED TRIPS (ANNUAL)
2426 Lee Hwy, BRISTOL, VA
4:30pm
MH VA
6pm 8pm
39
250
1124 Blanton Dr., STE 100 SEVIERVILLE, TN
4:00pm
MH VA
6pm 8pm
100
250
1141 Cold Springs Rd., MOUNTAIN CITY, TN
3:30pm 4pm
MH VA
6pm 8pm
53
250
226 Euclid Ave., MORRISTOWN, TN
3:30pm 4pm
MH VA
6pm 8pm
69
250
401 Scenic Dr., ROGERSVILLE, TN
3:30pm 4pm
MH VA
6pm 8pm
82
250
1941 Lovers Gap Rd., Ste A VANSANT, VA
2:15pm
MH VA
6pm 8pm
111
105
8033 Ray Mears Blvd.,
Knoxville, TN [KNOX OPC]
4pm
MH VA
6pm 8pm
112
250
323613 Wilderness Rd., Ste 101 JONESVILLE, VA
3pm
MH VA
6pm 8pm
81
157
654 HWY 58 EAST, STE. 6, NORTON, VA
3:30PM 4PM
MH VA
6PM 8PM
82
250
8401 Kingston Pike, KNOXVILLE, TN
[KNOX DENTAL]
2:45pm
MH VA
6pm 8pm
1
250
130 Independence Ln., LAFOLLETE, TN
2pm (M-Th)
2:30pm (Fri)
KNOX OPC
NLT 4pm
40
250
1521 Downtown West Blvd., KNOXVILLE, TN [ANNEX 2]
3:40pm
KNOX OPC
NLT 4pm
2
250
1612 Downtown West Blvd., KNOXVILLE, TN [ANNEX 3]
3:50pm
KNOX OPC
NLT 4pm
2
250
DELIVERY SCHEDULE/PERIOD OF PERFORMANCE:
Government is seeking a five-year period of performance from July 1, 2026 through June 30, 2031 utilizing a firm-fixed price indefinite delivery indefinite quantity or requirement contract-type vehicle.
RESPONSE REQUESTED:
Only written responses from responsible sources will be considered.
Any prospective contractor must be registered in the System for Award Management (SAM) to be eligible for solicitation consideration. Interested parties are encouraged to furnish information by email only with RESPONSE TO PRESOLICITATION NOTICE 36C24926Q0211 in the subject line. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Sascha Hertslet, contracting officer, by email at sascha.hertslet@va.gov NO LATER THAN the given closing date and time on this notice.
The capability documentation should include information describing in detail the prospective contractor's capabilities to meet this requirement. Government wants to know the following:
Do you have the proper resources (i.e. labor and equipment) to start performance on the expected period of performance start date of July 1, 2026?
If you cannot immediately start performing on the expected period of performance start date, when would you likely be able to start?
If the government does a set-aside, will you be able to meet the small business administration s (SBA) limitations on subcontracting rule IAW RFO clause 52.219-14?
https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52#FAR_52_219_14
Your full business name, doing business as, SAM Unique Entity Identifier, business address, primary point of contact?
Would you be performing this under an already established federal government contract like GSA (e.g. MAS, FSS, etc.)?
If so, provide the contract number.
NOTICE LIABILITY:
The Department of Veterans Affairs will NOT be responsible for any costs incurred by interested parties in responding to this notice.