Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2026 SAM #8888
MODIFICATION

V -- USVI Patients Charter Flights

Notice Date
3/26/2026 11:05:30 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24826Q0330
 
Response Due
4/7/2026 11:00:00 AM
 
Archive Date
06/06/2026
 
Point of Contact
Wilfredo Perez, Contracting Officer, Phone: 939-759-6783
 
E-Mail Address
wilfredo.perez3@va.gov
(wilfredo.perez3@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Revolutionary FAR Overhaul (RFO) part 12, Acquisition of Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. The solicitation number 36C24826Q0330 is issued as a Request for Quotation (RFQ). The VA Caribbean Healthcare System (VACHS) at Puerto Rico has a requirement for recurring round-trip air transportation services from the US Virgin Islands (USVI) to the Luis Munoz Marin International Airport (SJU) located at Carolina, PR. This air transportation will originate in the Cyril E. King Airport (STT) located at St. Thomas, VI, and the Henry E Rohlsen Airport (STX) located at St. Croix, VI, and will transport eligible beneficiaries (Veterans) to SJU, along with their medical companion (as needed). It will then transport such passengers from SJU to the airport from which the passenger came. If award cannot be made, the solicitation will be cancelled, and the requirement resolicited. This solicitation is being issued as tiered evaluation with the following tiers: (1) Service-Disabled Veteran-Owned Small Business concerns (SDVOSBs), and (2) Small Business concerns (SBs). The NAICS code for this requirement will be 481211 with a size standard of 1,500 employees. The Government intends to award a Blanket Purchase Agreement (BPA) in accordance with all terms, conditions, clauses, and provisions, as will be stated in the eventual solicitation. The resultant BPA will be effective for five (5) years, with BPA orders to be ordered against said BPA on an annual basis. The full text of RFO provisions or clauses may be accessed electronically at https://www.acquisition.gov/far-overhaul. The following solicitation provisions apply to this acquisition: RFO 52.212-1, Instructions to Offerors Commercial Items (SEP 2023) (Addendum attached) (www.sam.gov registration is required to be complete at time of submission of response) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal. The following contract clauses apply to this acquisition: 1. RFO 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023) (Addendum attached) Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures seen in RFO part 12. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Details concerning how quotes will be evaluated as well as what each quote shall contain can be seen in the addendum to RFO 52.212-1 (Instructions to Offerors), in the Clauses and Provisions attachment. Questions submission shall be received not later than 3:00 PM Atlantic Standard Time (AST) on March 31, 2026 at wilfredo.perez3@va.gov. Submission of your response shall be received not later than 3:00 PM AST on April 7, 2026 at wilfredo.perez3@va.gov. The quoter shall submit a PDF version of the quote to the Government. Late submissions shall be treated in accordance with the solicitation provision at RFO 52.212-1(f). Omission of any one item MAY result in a quoter package being deemed not technically acceptable. Submissions from SDVOSBs shall also include a completed and signed VAAR clause 852.219-75 (deviation) in their quotes, in which they will state if they will be in compliance with the Limitation of Subcontracting as set forth in this clause.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/815308ecc45e4782a048bab5b117bb55/view)
 
Place of Performance
Address: VA Caribbean Healthcare System (VACHS) 10 Casia Street, San Juan, PR 00921-3201, USA
Zip Code: 00921-3201
Country: USA
 
Record
SN07758104-F 20260328/260326230045 (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.