R602--Local In-town STAT Medical Courier Services in the Grand Junction CO area supporting the VA Western Colorado Health Care System
Special Notice from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Mar 02, 2026. Industry: NAICS 492210 • PSC R602.
Market snapshot
Awarded-market signal for NAICS 492210 (last 12 months), benchmarked to sector 49.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 492210
Description
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 Large Business, Citadel Security Group, LLC, 129 W Sherman WAY STE 101, Nixa, Missouri 65714: Citadel Security Group, LLC is the only known courier service business concern that has the interest and capability to provide a price reasonable Base plus four Option Year quote for 24/7 Local In-Town STAT (Emergency) Medical Courier Services for the VA Western Colorado Health Care System (WCHCS) in Grand Junction to and from hospitals located in Grand Junction and Fruita CO based on the market research. In addition, the requirement was solicited via SAM.gov on two separate occasions under solicitation numbers: 36C25925Q0750 and 36C25925Q0791. Multiple quotes were received; however, all quotes were determined to be not fair and reasonable in price. Citadel Security Group, LLC provided the only quote that represents a fair and reasonable price based on the comparison to independent government cost estimate (IGCE). Moreover, Citadel Security Group, LLC s proposed pricing is fair and reasonable is due to their established operational infrastructure. Leveraging their existing fleet, local couriers, and active medical customers in the Grand Junction, CO and Fruita, CO area which allows them to provide highly cost-effective services without the overhead of mobilizing new resources. The following are the service requirements: STAT and Local Services: Must be available 24 hours/day, 7 days/week, 52 weeks/year with an on-site response time of 30 minutes for delivery to the locations below or pickup at these locations and deliver to Grand Junction VA Laboratory or Pharmacy. Estimated 345 trips/year. Due to the urgency of pickups and deliveries, the courier service should be located within the Grand Junction, CO area. All pickups/deliveries are as needed and has an estimate average of 3-6 trips per week, but there are no minimums or maximums guaranteed. Types of pickups are as follows: St. Mary s Regional Hospital, 2635 N 7th St, Grand Junction, CO Blood products (estimated 20/year) Laboratory specimens (estimated 180/year) Pharmaceutical medications and supplies (estimated 45/year) Community Hospital, 2351 G. Rd, Grand Junction, CO Fresh-sections (estimated 30/year) Fresh sections will be in protected containers. May have up to 60-minute wait time or more with return to origination point. Other Laboratory specimens (estimated 19/year) Pharmaceutical medications and supplies (estimated 19/year) Family Health West, 300 W Ottley Ave, Fruita, CO 81521 Other Laboratory specimens (estimated 13/year) Pharmaceutical medications and supplies (estimated 19/year) 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 Contractor shall be a courier company licensed for interstate transport of bio-hazardous medical specimens and materials carrying a minimum of $1,000,000 liability insurance. This contract requires no special logos on the vehicles; however, the Contractor shall display appropriate logos when and where it is required by applicable state laws. The Contractor shall provide all vehicles and courier drivers needed to perform this effort. Each vehicle shall be adequately stocked with at least one up-to-date complete SPILL KIT , MFR part no: 553001 or equivalent, for a bio-hazard cleanup in case of leakage or accidental discharge. The Contractor shall maintain vehicle insurance and current registration throughout the term of the contract. The Contractor will keep specimen totes and boxes in good condition and replace any that are missing or damaged. Each vehicle should be of sufficient size to carry a minimum of four 2 x2 x2 boxes or coolers and meet all state and local safety requirements. 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). Couriers 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) 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. The Contractor shall give prior notification to each clinic at the phone numbers indicated above if the scheduled pick-up time cannot be met for any reason. Points of Contact: (will be addressed at time of award) Any delays in deliveries shall be reported to Clinic Point of Contact Limitations: The drivers shall not transport illegal or controlled substances. If a driver is involved in an accident or has mechanical problems, while enroute between pick-up and/or drop-off destinations, he/she must immediately notify the Contractor of the incident immediately. In turn, the Contractor shall notify the applicable Clinics POCs and WCHCS with his/her alternate plan(s) for remaining pick-ups, if any, and delivering of the items in transport. All deliveries to WCHCS, must be made on the same business day, any delays that result in next day delivery or next day pick-up are not acceptable. The Contractor shall insure that unattended vehicles enroute are secure when transporting cargo (i,e., turned off and locked) and that all specimens/cargo are secured with no patient information visible. The driver must contact the Clinic and/or WCHCS immediately if pick up or delivery is delayed for any reason. The contractor will be legally and financially responsible for any breach of confidentiality. Attachments MSDS (Material Safety Data Sheet) for 10% neutral buffered formalin which tissue samples may be transported in. Â This MSDS should be reviewed with all drivers in case of a spill. 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 12:00 PM Mountain Standard Time, Monday, March 2, 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 (capability statement with existing courier routes in the Grand Junction and Fruita Colorado area, along with customer references from that area, 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.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.