Opportunity
SAM #26-000166
NIH Solicitation for Patient Taxi and Rideshare Transport Services
Buyer
NIH Office of Logistics and Acquisition Operations
Posted
May 04, 2026
Respond By
May 18, 2026
Identifier
26-000166
NAICS
485310, 485991
The National Institutes of Health (NIH) Clinical Center in Bethesda, Maryland, is seeking a contractor to provide patient taxi and rideshare transport services for authorized patients and guardians. - Government Buyer: - Department of Health and Human Services, National Institutes of Health (NIH), Clinical Center, Office of Purchasing and Contracts - Services Requested: - On-demand and scheduled taxi and rideshare transportation for NIH Clinical Center patients and authorized personnel - Estimated 14,000 trips per year - Service area includes NIH Clinical Center, local medical providers, residences, local airports, and Walter Reed National Military Medical Center within the Washington, D.C. Metropolitan area - Services must be available 24/7, year-round, including holidays - Vehicles must be ADA-compliant and able to accommodate medically necessary items - Both scheduled and same-day requests required - Notable Requirements: - Timely pickups and privacy protections for patients - Performance monitoring and compliance with privacy standards - Evaluation factors include technical approach, personnel and vehicle qualifications, past performance, and price - Contract Structure: - Indefinite Delivery/Indefinite Quantity (IDIQ) single-award contract - 12-month base period with four one-year option periods - No specific OEMs or vendors are named in the solicitation; open to all qualified providers under NAICS 485310 (Taxi and Ridesharing Services)
Description
Title: Patient Taxi and Rideshare Transport Services
Document Type: Combined Synopsis/Solicitation
Solicitation Number: RFQ-OALM-26-000166
Posted Date: 05/04/2026
Questions Due by: 05/12/2026 10:30 AM EST
Response Date: 05/18/2026 10:30 AM EST
Set Aside: Full and Open Competition
NAICS Code: 485310 Taxi and Ridesharing Services
PSC Code: V226 – Transportation/Travel/Relocation-Travel/Lodging/Recruitment: Taxicab
Contracting Office:
Department of Health and Human Services
National Institutes of Health (NIH)
Office of Acquisition and Logistics Management (OALM)
Acquisition Description:
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with FAR Subpart 12.6 and FAR Part 13.
This acquisition is conducted under FAR Part 13 – Simplified Acquisition Procedures in conjunction with FAR Part 12.
This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested.
The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2026-02.
The North American Industry Classification System (NAICS) code for this procurement is
485310 Taxi and Ridesharing Services (size standard: $19,000,000.00). The requirement is to be competed as full an open competition and is NOT a small business set aside.
The Solicitation number is RFQ-OALM-26-000116 and the solicitation is issued as a Request for Quotes (RFQ).
The NIH Clinical Center requires taxi transportation services for patients and authorized personnel. Services include on-demand and scheduled transport to and from NIH facilities, local medical providers, lodging, and residences.
See Statement of Work (SOW) for more details.
Place of Performance:
The Period of Performance is as follows:
Base Year - 06/01/2026 to 05/31/2027
Option Year 1 - 06/01/2027 – 05/31/2028
Option Year 2 - 06/01/2028 – 05/31/2029
Option Year 3 - 06/01/2029 – 05/31/2030
Option Year 4 - 06/01/2030 – 05/31/2031
Place of Performance:
National Institutes of Health
Clinical Center, Patient Support Services Department
10 Center Drive
Bethesda, Maryland 20892
Quote responses should include the price breakdown for the required base year and four (4) one-year options periods. The estimated number of trips is 14,000.
The following FAR provisions apply to this acquisition:
FAR 52.212-1 Instructions to Offerors Commercial Items (SEPT 2023)
FAR 52.212-3 Offerors Representations and Certifications – Commercial Products and Services (OCT 2025)
FAR 52.204-7 System for Award Management (NOV 2024)
Offerors must complete annual representations and certifications electronically via https://www.sam.gov in accordance with FAR 52.212-3. Offerors are responsible for ensuring all required representations, including FAR 52.209-2, are current in SAM.
The following FAR contract clauses apply to this acquisition:
FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2023)
FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAR 2026)
FAR 52.216-18 Ordering (AUG 2020)
FAR 52.216-22 Indefinite Quantity (OCT 1995)
FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000)
FAR 52.204-13 System for Award Management Maintenance (Oct 2018)
HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015)
52.252-2 -- Clauses Incorporated by Reference. (Feb 1998)
This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this address: https: www.acquisition.gov.
By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax.
The Government intends to award a single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract to the responsible offeror whose quote represents the best value to the Government. The resulting contract will include the terms and conditions set forth in this solicitation. The government will evaluate quotes to determine the proposal that conforms to the solicitation and presents the best value to the government (eg. the most advantageous to the Government based on price, performance, availability of funds, etc.)
Evaluation:
Award will be made to the offeror whose quote represents the best value to the Government.
Technical factors, when combined, are equal to or more important than price.
Evaluation Factors:
1. Technical Approach
2. Personnel & Vehicle Qualifications
3. Past Performance
4. Price
Technical factors, when combined, are equal to or more important than price.
Proposals should include the following Line Items:
0001 06/01/2026 – 05/31/2027 Base Year 14000 Trips
1001 06/01/2027 – 05/31/2028 Option Year One 14000 Trips
2001 06/01/2028 – 05/31/2029 Option Year Two 14000 Trips
3001 06/01/2029 – 05/31/2030 Option Year Three 14000 Trips
4001 06/01/2030 – 05/31/2031 Option Year Four 14000 Trips
Total
Questions shall be received not later than 05/12/2026 by 10:30 AM EST.
Submission shall be received not later than 05/18/2026 by 10:30 AM EST.
All proposals must be emailed to Shasheshe Goolsby at shasheshe.goolsby@nih.gov by the date and time stated above.
Offers shall include RFQ number in the subject line (RFQ-OALM-26-000166). Late submission shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via email to the respective contacts above.
ATTACHMENTS:
A. Statement of Work
B. Price Sheet
C. NIH Invoicing Instructions
D. FAR 52.212-5 Contract Terms and Conditions