SPECIAL NOTICE
R -- VA CBOC Courier Services for Grand Junction CO, Craig CO, Glenwood Springs CO, Montrose CO, and Moab UT
- Notice Date
- 2/24/2026 3:35:25 PM
- Notice Type
- Special Notice
- NAICS
- 492210
— Local Messengers and Local Delivery
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25926Q0282
- Response Due
- 2/26/2026 3:00:00 PM
- Archive Date
- 03/28/2026
- Point of Contact
- John Cheng, Contracting Officer, Phone: 303-712-5776
- E-Mail Address
-
John.Cheng2@va.gov
(John.Cheng2@va.gov)
- Awardee
- null
- Description
- Special Notice Special Notice Page 5 of 5 Special Notice *= Required Field Special Notice Page 1 of 5 In accordance with RFO 6.104, this Notice of Intent is to inform all parties the Department of Veterans Affairs (VA), Network Contracting Office (NCO) 19 located at 6162 South Willow Drive Suite 300, Greenwood Village, CO 80111 intends to award under a Firm Fixed Price contract as a sole source procurement for the following requirement to a Small Business, Kangaroo Pick-Up and Delivery Service, Inc., 6550 S Millrock DR STE 175, Holladay, UT 84121: Kangaroo Pick-Up and Delivery Service, Inc. is the only known courier service business concern that has the capability that provided a price reasonable Base plus four Option Year quote for daily (same-day) Monday through Friday (excluding Federal holidays) Medical Laboratory Courier Services for the VA Western Colorado Health Care System (WCHCS) in Grand Junction, VA Community Based Outpatient Clinic (CBOC) in Craig CO, VA CBOC in Glenwood Springs CO, VA CBOC in Montrose CO, and VA CBOC in Moab UT Facilities based on the market research. In addition, the requirement was solicited via SAM.gov on two separate occasions under solicitation numbers: 36C25925Q0760 and 36C25925Q0790. Multiple quotes were received; however, all quotes except for Kangaroo Pick-Up and Delivery Service, Inc. were determined to be not fair and reasonable in price. Kangaroo Pick-Up and Delivery Service, Inc. provided the only quote that represents a fair and reasonable price based on the comparison to independent government cost estimate (IGCE). Moreover, Kangaroo Pick-Up and Delivery Service, Inc. s proposed pricing is fair and reasonable is due to their established operational infrastructure. Leveraging their existing fleet, local drivers, and active customer courier routes spanning the Colorado Western Slope and into Moab, UT which allows them to provide highly cost-effective services without the overhead of mobilizing new resources. Daily Pickup/delivery schedule: Pick Up Location Pick Up Times Delivery Location Delivery Times VA Craig, CO CBOC The Centennial Mall, 1111 W Victory Way, Suite 116 Craig, CO 81625 Phone: 970-824-6721 2:00pm 4:00pm MDT VA WCHCS 2121 North Avenue Bldg. 1, Lab, Second floor, Room 2212 Grand Junction, CO 81501 4:00pm 7:00pm MDT VA Glenwood Springs, CO CBOC 2425 S. Grand Avenue, Suite 101 Glenwood Springs, CO 81601 Phone: 970-945-1007 2:00pm 4:00pm MDT VA WCHCS 2121 North Avenue Bldg. 1, Lab, Second floor, Room 2212 Grand Junction, CO 81501 4:00pm 7:00pm MDT VA Montrose, CO CBOC 154 Colorado Avenue, Montrose, CO 81401 Phone: 970-249-7791 2:00pm 4:00pm MDT VA WCHCS 2121 North Avenue Bldg. 1, Lab, Second floor, Room 2212 Grand Junction, CO 81501 4:00pm 7:00pm MDT VA Moab, UT CBOC 702 South Main Street, Suite 5B Moab UT, 84532 Phone: 435-719-4144 2:00pm 4:00pm MDT VA WCHCS 2121 North Avenue Bldg. 1, Lab, Second floor, Room 2212 Grand Junction, CO 81501 4:00pm 7:00pm MDT NOTE: Some samples may contain dry ice, frozen packs, and biohazard specimens for laboratory testing packaged and labeled in accordance with DOT/OSHA standards. Laboratory Container Exchange Cycle:� The Contractor's courier driver shall collect empty laboratory containers from the VA WCHCS. The next business day, the courier driver shall deliver an empty container to the VA CBOC while simultaneously picking up the CBOC s sealed container, which holds lab specimens. Contractor Responsibilities: The Service Contract Act (SCA) applies to this requirement and the appropriate SCA Wage Determination is attached. All applicable employees performing under this contract shall be paid in accordance with SCA. Transportation: The contractor shall be a courier company licensed for interstate transport of bio-hazardous medical specimens and materials carry a minimum of $1,000,000 per occurrence for Commercial General Liability insurance. Although the contract does not require U.S. Department of Transportation (DOT) markings/placards on the vehicles; however, if it is required by U.S. DOT or state laws, the contractor must ensure the courier vehicle displays the appropriate markings/placards. The contractor shall ensure all courier vehicles meet state and local laws to safely perform medical laboratory courier services. The contractor shall ensure that each vehicle shall be stocked with at least: one(1) complete SPILL KIT , MFR part no: 553001 or equivalent, for a bio-hazard cleanup in case of leakage or accidental discharge. The contractor shall ensure the courier vehicle has adequate interior cargo space to carry a minimum of four(4) laboratory containers or boxes each approximately 2 L x 2 W x 2 H. The contractor shall ensure couriers vehicles are properly insured and properly registered throughout the term of the contract. The contractor s courier drivers must keep specimen laboratory containers and boxes in good condition, and the contractor is responsible for any missing or damaged containers and boxes. The contractor shall ensure the confidentiality of all patient information and records being transported and will be held liable in the event of a breach of confidentiality. The Contractor shall comply with the provisions of Federal Privacy Act of 1974 (Public Law 93-579). Courier Drivers: Each driver transporting specimens under this contract must be neat, clean, have a professional appearance, and carry/display identification at all times. Each driver must not be under the influence of alcohol or drugs and must follow all applicable state posted traffic signs and other traffic regulations. All courier drivers transporting specimens under this contract shall possess a valid driver s license. All couriers must complete a specimen log accepting responsibility for all specimens being transported. When transporting specimens under this contract, the courier drivers must have in their possession a means for two-way communications while enroute between destinations (i.e., two-way radios, cell phones, or pagers) for communication purposes. The cargo may contain bio-hazardous medical materials. The Contractor shall certify and provide written documentation that all individuals involved in transporting clinical specimens are trained, tested, and experienced in handling Category A and Category B infectious substances as specified in the training requirements of 49 CFR Part 172, Subpart H. The Contractor shall certify and provide written documentation that all individuals involved in transporting clinical specimens are trained in the compliance of the Health Insurance portability and Accountability Act of 1996 (HIPAA). The Contractor shall maintain proper temperature in vehicles to preserve medical supplies and specimens. Vehicles shall not be left in extreme heat or cold while specimens are being transported. Dry ice is most often used to transport certain specimens and is not expected on a routine basis. The associated North America Classification Systems (NAICS) Code is 492210 and the Business Size Standard is $34 Million. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. Interested parties may identify their interest and capability to respond to this requirement no later than 4:00 PM Mountain Standard Time, Thursday, February 26, 2026. Information received in response to this notice must clearly demonstrate the capability of meeting the Government s need and price reasonableness as stated above. Include any relevant information (specifications, cut sheets, brochures, capability statement, existing courier routes in the Colorado Western slope, etc.) confirming the ability to provide any services that would be price reasonable outlined in this notice. Responses to this notice are to be sent to John.Cheng2@va.gov. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. The Government is not responsible for any potential costs incurred from interested parties desiring to respond to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5e568a20419a4a6ab9ef3d2a190fdb25/view)
- Record
- SN07724906-F 20260226/260224230036 (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 |