Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2026 SAM #8816
SOLICITATION NOTICE

D -- Shuttle Transportation Management Application

Notice Date
1/13/2026 4:47:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25226Q0191
 
Response Due
1/30/2026 2:00:00 PM
 
Archive Date
02/04/2026
 
Point of Contact
Stacy Massey, Contracting Officer, Phone: 4148448400
 
E-Mail Address
Stacy.Massey@va.gov
(Stacy.Massey@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
36C25226Q0191 Effective Date: 03/15/2023 Revision: 01 This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with FAR Part 12. This announcement constitutes the only solicitation. Offers are being requested, and a separate written solicitation will not be issued. Solicitation number 36C25226Q0191 is issued as a request for quotation (RFQ) for a GPS Tracking and Rider ETA Mobile Application for Shuttle Transportation Management. This acquisition is set aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov. The associated North American Industrial Classification System (NAICS) code for this procurement is 518210 Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services. Small Business Administration (SBA) small business size standard of 1,350 employees. The FSC/PSC is D305 IT and Telecom Teleprocessing, Timesharing, Cloud Computing, and High-Performance Computing. The Department of Veterans Affairs, Network Contracting Office 12 (NCO 12), Veterans Integrated Services Network 12 (VISN 12), Jesse Brown VA Medical Center located at 820 S. Damen Avenue, Chicago, IL 60612-4223 has a requirement for a comprehensive GPS tracking and rider ETA mobile application solution to support shuttle transportation management. This procurement initiative aims to enhance the experience of shuttle service for veterans and residents by improving accessibility and convenience to shuttle transportation. The Department of Veterans Affairs (VA) intends to award a firm-fixed-price contract for a comprehensive GPS tracking and rider ETA mobile application solution to support shuttle transportation management. Interested contractors are invited to provide quotations for the following: Requirement The Government requires a comprehensive GPS tracking and rider ETA mobile application solution to support shuttle transportation management. The proposed solution shall enable users to: Track shuttle locations in real time View estimated arrival times for pick-up and drop-off Receive instant notifications and updates This solution is intended to improve operational efficiency, reduce rider wait times, and enhance the overall user experience. Minimum Required Capabilities The solution must include, at a minimum, the following features: Safe and reliable transportation management with secure systems for tracking and managing shuttles for patients, visitors, and staff Full fleet visibility to monitor routes, ensure punctuality, and provide accurate rider updates Quick installation with no wiring modifications required Swappable, plug-and-play vehicle trackers Real-time GPS tracking of shuttle vehicles Mobile rider application displaying shuttle location and estimated time of arrival (ETA) Route-based monitoring and rider notifications Secure, permission-based app providing shuttle location, ETA at any stop, and alerts when the shuttle is approaching Unlimited app downloads and unlimited administrative accounts Instant notifications and updates for arrivals, delays, and route changes Live technical support for administrators and riders These capabilities are intended to streamline transportation logistics, reduce wait times, and improve overall satisfaction with the shuttle service. Delivery and Implementation Lead Time The contractor shall deliver all GPS tracking devices and implement the complete rider ETA mobile application solution, including system configuration, administrative setup, and activation of all required features, within 30 calendar days after receipt of order (ARO). Full operational capability must be achieved within this timeframe. Price/Cost Schedule & Item Information Item Description Quantity Unit of Measure GPS tracking devices 10 EA Rider ETA mobile application (includes unlimited downloads and administrator and user accounts) 1 EA Complete Attachment 1: Price Cost Schedule Template Period of Performance Base Year: 12 months Option Year: 12 months This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identified and provide the appropriate information with its quotation or offer. The full text of FAR and VAAR provisions or clauses may be accessed electronically at: https://www.acquisition.gov/far-overhaul https://www.acquisition.gov/vaar The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023) (DEVIATION OCT 2025) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.212-2, Evaluation-Commercial Products and Commercial Services (NOV 2021) (DEVIATION OCT 2025) FAR 52.204-7, System for Award Management (NOV 2024)(DEVIATION NOV 2025) FAR 52.214-21, Descriptive Literature (APR 2002) FAR 52.219-1, Small Business Program Representations (FEB 2024)(DEVIATION NOV 2025) FAR 52.227-15, Representation of Limited Rights Data and Restricted Computer Software (DEC 2007) FAR 52.252-5, Authorized Deviations in Provisions (NOV 2020) VAAR 852.239-71, Information System Security Plan and Accreditation (FEB 2023) VAAR 852.239-75, Information and Communication Technology Notice (FEB 2023) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) The Offeror shall have an active Federal Government contracts registration in the System for Award Management (SAM) when submitting an offer or quotation in response to this solicitation and at the time of award. To register in SAM, go to https://www.sam.gov. Allow for processing time when registering in SAM. If the Offeror is not registered in SAM, it should register immediately after receiving this solicitation. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023)(DEVIATION OCT 2025) FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) FAR 52.204-13, System for Award Management Maintenance (OCT 2018)(DEVIATION NOV 2025) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) (DEVIATION NOV 2025) FAR 52.217-8, Option to Extend Services (NOV 1999) FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) (DEVIATION NOV 2025) FAR 52.222-3, Convict Labor (JUN 2003) (DEVIATION NOV 2025) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (DEVIATION NOV 2025) FAR 52.222-50, Combating Trafficking in Persons (NOV 2021) (DEVIATION NOV 2025) FAR 52.223-23, Sustainable Products (MAY 2024) (DEVIATION NOV 2025) FAR 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) FAR 52.227-14, Rights in Data-General (MAY 2014) FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) FAR 52.233-3, Protest After Award (AUG 1996) (DEVIATION NOV 2025) FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (DEVIATION NOV 2025) FAR 52.240-91, Security Prohibitions and Exclusions (DEVIATION NOV 2025) FAR 52.240-93, Basic Safeguarding of Covered Contractor Information Systems (DEVIATION NOV 2025) FAR 52.244-6, Subcontracts for Commercial Products and Commercial Services (JAN 2025)(DEVIATION OCT 2025) FAR 52.252-6, Authorized Deviations in Clauses (NOV 2020) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) VAAR 852.237-14, Nondiscrimination in Service Delivery (OCT 2019) VAAR 852.239-70, Security Requirements for Information Technology Resources (FEB 2023) VAAR 852.239-73, Information System Hosting, Operation, Maintenance, or Use (FEB 2023) VAAR 852.239-74, Security Controls Compliance Testing (FEB 2023) VAAR 852.239-76, Information and Communication Technology Accessibility (FEB 2023) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) (End of clause) Option to Extend Services The Government reserves the right to require continued performance of services within the limits and at the rates specified in the contract. This option may be exercised multiple times; however, the total extension shall not exceed six (6) months. The Contracting Officer may exercise this option by providing written notice to the Contractor at any time prior to the expiration of the current period of performance, provided that the Government has given the Contractor written notice of its intent to exercise the option at least thirty (30) days before the end of the current performance period. Protests Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from the Contracting Officer, Stacy Massey at Stacy.Massey@va.gov. The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Invoicing The Contractor will submit each invoice online, including all back-up data, to VA s Electronic Invoice Presentment and Payment System. The Financial Services Center (FSC) uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website: http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge. Additional information can be found at http://www.fsc.va.gov/einvoice.asp. When preparing offers/quotes in response to this solicitation offerors shall refer to FAR 52.212-1 (Instructions to Offerors-Commercial Products and Commercial Services), and FAR 52.212-2 (Evaluation-Commercial Products and Commercial Services). These sections contain specific instructions, guidance, format, and exact requirements for what constitutes a complete and responsive offer/quote. As specified in these sections an incomplete and/or non-responsive offer/quote shall not be considered for a contract award by the contracting officer. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: 52.212-1� Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) (DEVIATION OCT 2025) (a) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers shall include (NOTE: The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.) The� solicitation number; The name, address, and telephone number of the� Offeror; The Offeror s Unique Entity Identifier (UEI) and, if applicable, Electronic Funds Transfer (EFT) indicator; Descriptive Literature shall be submitted electronically with the offer and clearly identify the product or solution being proposed. All literature must be current, accurate, and specific to the proposed solution. Delivery and Implementation Lead Time Completed Attachment 1: Price Cost Schedule Template and any discount terms; Relevant experience with similar contracts ""Remit to"" address, if different than mailing address; Authorized distributor/reseller letter signed by the manufacturer, if applicable; A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and any solicitation amendments. (b)� Period for acceptance of� Quotes. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (c) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers and any modifications or revisions to the Government office designated in the solicitation by the time specified in the solicitation. (2) Any offer, modification, or revision received after the time specified for receipt of offers is late and will not be considered unless it is received before award is made and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition. However, a late modification of an otherwise successful offer that makes its terms more favorable to the Government will be considered at any time it is received and may be accepted. (3) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (4) Offerors may withdraw their offers by written notice to the Government received at any time before award. (d) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror s initial offer should contain the Offeror s best terms. However, the Government reserves the right to conduct discussions, if necessary. The Government may reject any or all offers if such action is in the public interest, accept other than the lowest offer, and waive informalities and minor irregularities in offers received. (e) Debriefings. If a postaward debriefing is given to requesting Offerors, the Government will disclose the following information, if applicable: (1) The agency s evaluation of the significant weak or deficient factors in the debriefed Offeror s offer. (2) The overall evaluated cost or price and technical rating of the successful Offeror and the debriefed Offeror and past performance information on the debriefed Offeror. (3) For acquisitions of commercial products, the make and model of the product to be delivered by the successful Offeror. (End of provision) Descriptive Literature Requirement: Offerors shall submit descriptive literature with their proposal to demonstrate compliance with all technical and functional requirements outlined in this solicitation. Descriptive literature is defined as information (such as cuts, illustrations, drawings, brochures, or other documentation) that shows the characteristics or construction of the product or service offered. Content of Descriptive Literature: The descriptive literature shall include, at a minimum: Technical Specifications GPS tracking device details (dimensions, power source, connectivity, installation requirements). Mobile application features (real-time tracking, ETA display, notifications, security features). Installation & Setup Instructions Confirmation of plug-and-play capability for tracking devices. Steps for deploying the mobile app and administrative accounts. User Interface Samples Screenshots or mock-ups of the rider app and administrative dashboard. Support & Maintenance Details Live technical support availability and response times. Software update process and frequency. Performance Capabilities Real-time tracking accuracy and update intervals. Notification delivery speed and reliability. Purpose: The Government will use the descriptive literature to determine whether the offered solution meets the stated requirements. Failure to provide sufficient descriptive literature may result in the proposal being determined nonresponsive. Evaluation The award will be based upon a comparative evaluation of quotes in accordance with the evaluation process of FAR 12.201-1. Comparative evaluation is the side by side pairwise comparison of quotes based on price and other factors resulting in a Contracting Officer s decision for the quote that is most favorable to the Government. The award will be made to the contractor whose response is most advantageous to the Government. Responses should contain your best terms and conditions. The government reserves the right to select a response that provides benefit to the government that exceeds the minimum. The government is not required to select a response that exceeds the minimum. Responses may exceed requirements. Each response must at a minimum meet the solicitation requirement. The following provision is incorporated into 52.212-2 as an addendum to this solicitation: 52.212-2 Evaluation Commercial Products and Commercial Services (NOV 2021) (DEVIATION OCT 2025) Evaluation factors. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: The following factors will be used to evaluate quotations: Technical Capability: The Government will evaluate Technical Capability to determine the extent to which the Offeror s proposed solution meets or exceeds the minimum requirements set forth in the solicitation. The evaluation will be based on the Offeror s descriptive literature, technical proposal and implementation plan. Past performance: The Government will consider relevant past performance information, including successful delivery of similar ammunition products to federal agencies, particularly the Department of Veterans Affairs. This may include data from FPDS, CPARS, or other verifiable sources. Price: Price will be evaluated for fairness and reasonableness in accordance with FAR 12.204(a). Offerors must submit a complete price schedule for all items. (b) Options (if applicable). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. The evaluation of options does not obligate the Government to exercise the option(s). (c) Notice of award. A written notice of award or acceptance of an offer furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Submission of your response shall be received not later than 5:00pm on January 30, 2025. Responses should be sent to the Contracting Officer, Stacy Massey at Stacy.Massey@va.gov. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Stacy Massey Contracting Officer Network Contracting Office 12 Stacy.Massey@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2ed5b53f60094b9dafa33838596b33ed/view)
 
Place of Performance
Address: Department of Veterans Affairs Jesse Brown VA Medical Center 820 S. Damen Avenue, Chicago, IL 60612-4223, USA
Zip Code: 60612-4223
Country: USA
 
Record
SN07685121-F 20260115/260113230037 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.