V225--GROUND AMBULANCE STATE OF MONTANA
ID: 36C25925R0024Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Ambulance Services (621910)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: AMBULANCE (V225)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide ground ambulance services for the Montana Veteran Administration Health Care System. The procurement involves a firm-fixed price Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, which will span five years from May 2025 to April 2030, and includes various transport services such as Stretcher Transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Specialty Care Transport (SCT). This contract is crucial for ensuring timely and efficient medical transport for over 48,000 veterans across a vast service area, emphasizing the importance of compliance with federal and state regulations. Interested parties must submit their proposals by March 11, 2025, and can contact Contract Specialist Christine Jarvis at christine.jarvis@va.gov or 303-712-5784 for further information.

    Point(s) of Contact
    Christine JarvisContract Specialist
    (303) 712-5784
    christine.jarvis@va.gov
    Files
    Title
    Posted
    The document outlines a Combined Synopsis/Solicitation for Ground Ambulance Services specifically for the Department of Veterans Affairs (VA) in Montana, through solicitation number 36C25925R0024. The contract being pursued is a firm-fixed price Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, structured as a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Bids are expected by March 11, 2025, and the winning contractor will provide ambulance services for the Montana Veteran Administration Health Care System over a five-year period from May 2025 to April 2030. Offerors must provide detailed information including pricing, technical capabilities, staffing, and past performance. The evaluation process will consider price, technical compliance, and the contractor's past performance history. Additionally, the document specifies mandatory compliance with various federal and VA regulations, indicating stringent requirements for offer clarity and thoroughness. This solicitation reflects the federal government’s commitment to securing services while promoting opportunities for veteran-owned businesses.
    The Montana VA Health Care System (MTVAHCS) seeks contracted non-emergency ambulance transportation services to cater to over 48,000 veterans spread across approximately 147,042 square miles. The contract entails providing comprehensive ambulance services, including Stretcher Transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Specialty Care Transport (SCT), 24/7. Contractors must ensure compliance with federal, state, and local regulations while maintaining professional standards among personnel, who must hold the necessary qualifications and undergo background checks. The contractor is responsible for vehicle maintenance, timely response to transport requests, and patient welfare, including safeguarding their property during transit. They will utilize VetRide or VA-Initiated Transportation software for managing requests and billing, and any unauthorized charges require validation. The contract spans one base year with four option years, covering transport needs within Montana and potentially neighboring states. Additionally, contractors must address COVID-19 protocols and environmental management compliance, ensuring adherence to the highest safety and operational standards while facilitating efficient patient transport services for the VA.
    This document outlines a pricing schedule for ambulance services as part of a governmental Request for Proposals (RFP). It details the various services offered, including Advanced Life Support (ALS) and Basic Life Support (BLS) for both emergency and non-emergency transports. Each line item presents a description of services, the estimated quantity to be provided over a 12-month period, the unit price, and total price calculations, structured by contract year. The pricing schedule includes separate entries for critical care transport, mileage outside the base rate, waiting time, and wheelchair van transportation services. Notably, it includes contract years spanning from May 2025 to April 2030, incrementally increasing the estimated quantities for most services. This structured approach allows the government to compare offers effectively and ensures that all necessary pricing elements are covered, which is critical in determining technical acceptability for contract awards. Overall, the document serves as a comprehensive framework for bidders to submit accurate proposals in response to the RFP.
    The VA Notice of Limitations on Subcontracting outlines compliance requirements for offerors in relation to contracts awarded under 38 U.S.C. 8127. The document specifies limitations on subcontracting for services, general construction, and special trade construction contracts. For service contracts, no more than 50% of the contract value may go to non-certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For general construction, this limit is set at 85%, while for special trade contractors, it is 75%. Offerors must certify their compliance with these limitations and understand that false certifications can lead to severe penalties, including criminal prosecution. The VA reserves the right to review documentation such as invoices and contracts to ensure adherence to these regulations. Lack of cooperation or failure to provide necessary documents may result in remedial actions. The certification must be completed and included with proposals, as submissions lacking this certification will be deemed ineligible for evaluation and award. This ensures that contracts awarded promote the involvement of certified veteran-owned businesses in government projects, supporting their economic opportunity and participation.
    The document outlines the requirements for contractors providing Critical Care Transport (CCT/SCT) services. Offerors must confirm their capacity to transport essential drugs and medical equipment as specified, adhering to Tier III standards depending on the EMS region. A comprehensive drug supply list includes medications such as Acetylcysteine, Amiodarone, and Insulin, as well as various medical equipment including portable mechanical ventilators and specialized monitoring devices. The document emphasizes the importance of compatible infusion pumps with the capability of administering up to six IV drips, highlighting necessary monitoring equipment like a Zoll X Series Critical Care Monitor. Contractors are required to ensure they can meet these critical transport needs, underscoring the document's role in setting rigorous standards for emergency medical services. This aligns with government RFP practices by ensuring only qualified providers are contracted for essential patient transport services, aiming to enhance medical care delivery in emergency situations.
    The Performance Work Statement (PWS) outlines the procedures for Veterans Transportation Service (VTS) regarding patient transport, particularly in the context of COVID-19 and other infectious diseases. It establishes guidelines for the use of personal protective equipment (PPE) for VTS operators, defining different levels of PPE for routine and COVID-19 patient transports. Key practices include the required wear of face masks, eye protection, gowns, and gloves, depending on patient exposure risks. The document emphasizes the importance of patient and operator separation during transport, ventilation management, and strict cleaning and disinfection protocols for vehicles post-transport. Documentation of cleaning must be completed by the mobility managers or facility management, detailing the disinfection processes undertaken. Additionally, clear reporting mechanisms are outlined for VTS personnel exposed to infectious diseases, emphasizing coordination with health authorities for appropriate follow-up. The PWS serves to uphold safety standards and compliance within healthcare transportation, highlighting essential procedures for effective infection prevention in transport services for veterans.
    The Quality Assurance Surveillance Plan (QASP) for Ground Ambulance Services outlines the government’s process for monitoring contractor performance under a Performance-Based Service Contract (PBSC). Its primary purpose is to ensure that the Contractor meets established performance metrics while safeguarding federal interests by delivering quality services. The document delineates the responsibilities of the government personnel involved, namely the Contracting Officer (C.O.) and the Contracting Officer's Representative (COR). The QASP details various surveillance methods, including customer feedback, 100% inspections, periodic inspections, and random monitoring, to assess contractor compliance with Performance Work Statement standards. Performance thresholds are specified, with stipulations for documentation and reporting of inspections and feedback. Additionally, the plan includes incentive structures to motivate contractors to maintain satisfactory performance levels, which can affect payment deductions based on their fulfillment of performance standards. Regular progress meetings between the C.O. and COR are mandated to evaluate ongoing performance. This QASP serves as a framework for ensuring accountability and quality assurance in government contracting for ambulance services.
    The document appears to be a collection of abstract, garbled data potentially related to government requests for proposals (RFPs) and grants, indicating various government initiatives. However, the text is largely unintelligible and lacks coherent structure, making it difficult to ascertain a specific theme or clear points. The content seems to reflect multiple topics such as funding opportunities, project outlines, and procedural guidelines that typically accompany government RFPs. The primary focus seems to center on the procurement processes for federal and state/local grants aimed at supporting various developmental and infrastructural projects. The fragmented text may suggest that the document was intended to outline eligibility criteria, project requirements, or methods for application submission. Despite the lack of clarity, one might deduce that the document's purpose is to inform stakeholders about available funding mechanisms and procedural steps for accessing those resources, underlining the importance of compliance with specific governmental standards. Due to the significant corruption and garbling in the file, further detail extraction is limited, but the context indicates a plea for clarity and precision in communication regarding public funding initiatives.
    The document appears to be heavily corrupted and contains significant portions of unreadable or nonsensical characters, making it challenging to derive a coherent summary. However, within the fragmented text, references to government proposals, grants, and applications for funding are implied. It seems to address procedures, requirements, or guidelines related to federal RFPs (Requests for Proposals) and grants at state or local levels. Key ideas could potentially include the importance of compliance with outlined regulations and procedures in securing funding for various projects, although specific details are obscured. The overall context suggests a focus on ensuring public safety and environmental compliance in project execution. Without clearer information, the document’s intent, purpose, and structured insights remain ambiguous. For an accurate analysis or summary, access to an intact version of this document would be required.
    The document appears to contain corrupted data or text that is illegible. As such, there is no coherent information regarding federal government RFPs, grants, or state/local proposals that can be derived from the content available. Due to the state of the file, meaningful analysis on topics or purpose related to government funding initiatives or proposal requests cannot be performed. Substantial information regarding specifics of any projects, guidelines, and requests for proposals is absent due to the unreadable nature of the text. Further efforts to recover or access the information from a different source are recommended to obtain a comprehensive understanding of the intended content.
    The document appears to be a corrupted or illegible file associated with federal and state RFPs (Request for Proposals) and grants. Due to significant data corruption and lack of coherent text, key topics or ideas related to specific RFPs, funding opportunities, guidelines, or program objectives are unintelligible. It lacks clear structure, with large sections comprising non-readable characters, making it impossible to extract meaningful content or discern the document's exact purpose. As a result, the summary reflects the absence of accessible information, indicating the need for a properly formatted document to convey any relevant details regarding government funding opportunities and proposals effectively.
    The government file pertains to a range of federal requests for proposals (RFPs), grants, and state and local solicitations aimed at enhancing support for various projects and initiatives. It outlines critical frameworks, key deadlines, eligibility criteria, and funding allocations related to these solicitations. The purpose of these RFPs is to invite qualified organizations and entities to submit competitive proposals for federal and state funding aimed at addressing specific needs and issues within communities. Central themes include guidelines for proposal submissions, the strategic goals of funded projects, and compliance with federal regulations. The file presents a structured overview of the grant application processes, evaluation criteria, and the importance of aligning project objectives with governmental priorities. In emphasizing transparency, these documents facilitate communication between the government and prospective bidders, ensuring clarity in expectations and requirements. This structured approach serves as a roadmap for interested parties to understand potential funding opportunities and navigate the complexities of the application process effectively. Overall, the file underscores the government's commitment to fostering innovation and enhancing community resilience through strategic funding initiatives.
    The document appears to consist of scrambled or corrupted text, making it challenging to extract coherent details or a clear structure. However, based on the repeated references to grant proposals, RFPs (Request for Proposals), and some numeric and symbol sequences, it suggests an overarching theme connected to federal funding opportunities and government contract solicitation mechanisms at federal, state, or local levels. The purpose may involve providing guidelines or details for prospective applicants regarding grant application processes, including specific requirements, areas of focus, and potential funding amounts. Additionally, it could highlight the importance of compliance with specific regulations or standards when submitting proposals for government projects or funding requests. Due to the document's disorganized content, it does not provide specific key insights or data that can be synthesized into a coherent summary about federal RFPs or grant guidelines. Instead, the fundamental subject revolves around government funding and application procedures, emphasizing the necessity of structured proposals in adherence to regulatory frameworks.
    This document pertains to various government Request for Proposals (RFPs) and federal grant opportunities aimed at addressing issues in specific sectors or community needs. It outlines the key areas of interest for potential applicants, which may include environmental assessments, infrastructure improvements, and community development projects. The content indicates a structured approach to solicit proposals that align with federal objectives such as enhancing public utilities, preserving historical sites, and ensuring public safety through hazard assessments. It emphasizes compliance with regulations and adherence to best practices for project execution. Key themes involve the importance of environmental sustainability, risk management, and community engagement in project planning. The document also highlights the necessity of financial accountability and transparency, ensuring that fund allocation aligns with stated governmental goals. Overall, the purpose of the document is to guide stakeholders in preparing informed proposals that meet the outlined criteria, aiming for collaborative efforts between government entities and service providers to fulfill public sector needs effectively and efficiently.
    The document is a fragmented and corrupted government file likely related to federal or state requests for proposals (RFPs) and grants. It appears to contain various references to project descriptions, guidelines, and compliance standards that are typical in government procurement processes. Throughout the text, there are indications of various planning stages and potential project requirements, though specifics are obscured due to the corruption of the file. Key themes likely include compliance with safety regulations and standards, the integration of systems (mechanical, plumbing, etc.), and risk management associated with hazardous materials. The file reflects the complexities inherent in government projects, where thorough assessments and adherence to regulations are paramount. The overall purpose seems to emphasize the careful planning and execution required to ensure safety and regulatory compliance in publicly funded projects. Overall, the document's coherence and clarity are greatly diminished by its corrupted state, which hinders a comprehensive understanding of the intended projects or grants. Still, it serves as a reminder of the diligence required in government contract management and execution.
    The document appears to be an incoherent compilation of binary data, which suggests it may be corrupted or improperly formatted. As a result, it cannot be accurately interpreted or analyzed for specific content regarding federal government RFPs, federal grants, or state/local RFPs. Typically, such documents serve to outline funding opportunities, provide guidelines for proposals, and specify eligibility criteria and evaluation metrics for potential applicants. However, due to the lack of meaningful text or structure in this instance, it is impossible to extract key ideas or summarize a coherent message. Further examination or retrieval of the original file may be necessary to fulfill the analysis intended for procurement processes or funding opportunities within government programs.
    The document pertains to governmental procurement processes, specifically focusing on federal and state RFPs (Requests for Proposals) and grants. It outlines the systematic approach for agencies to solicit proposals from vendors to provide goods or services, ensuring transparency and competitiveness. Central to the process is the adherence to established guidelines and legal frameworks, which are designed to promote fair practices while safeguarding public interests. Key aspects include the types of contracts available, eligibility criteria for vendors, timelines for submissions, evaluation procedures, and compliance requirements. There is also an emphasis on the importance of providing detailed project descriptions, budget considerations, and performance metrics to support proposals. Additionally, the document addresses the significance of outreach efforts to encourage participation from various sectors, including small businesses and minority-owned entities. It aims to foster a diverse vendor pool, which aligns with government objectives for inclusivity and economic development. Overall, the document serves as a comprehensive guide for potential bidders, detailing expectations and processes essential for successful engagement in government contracts, thereby facilitating effective service delivery and resource utilization within public sectors.
    The document appears to be a corrupted or damaged file, as it contains a significant amount of garbled text and numerous non-readable characters. Therefore, extracting coherent information regarding government RFPs, federal grants, or state/local RFPs is infeasible. There are no discernible key ideas, main topics, or structure identifiable within the document due to the extensive corruption. Consequently, the purpose or contextual relevance of the file remains unclear, obstructing any potential analysis or summary. Without specific content, a comprehensive summary capturing the essence of the document cannot be created.
    The document is a complex and heavily corrupted file containing various segments of information, likely intended for use in federal or state/local Requests for Proposals (RFPs) and grants. Its structure is unfortunately compromised, leading to significant gibberish interspersed with what could be potential data points related to government projects, funding opportunities, or guidelines for submitting proposals. Without coherent content, the main topic or purpose is challenging to discern accurately. However, the overarching aim appears to relate to governmental procedures for procurement and acquisition, emphasizing the importance of adhering to established protocols for proposals and grants. The document's fragmented nature hampers a comprehensive analysis, highlighting the need for clearer communication and more structured documentation in government communications to facilitate easier accessibility and understanding of the specific funds and programs available to stakeholders.
    The document appears to be a corrupted or illegible government file related to federal RFPs (Requests for Proposals), grants, and state/local RFPs. Due to the loss of discernible text, it is challenging to extract specific topics, ideas, or key points. The structure indicates segments that potentially contained detailed information about funding opportunities, eligibility criteria, application processes, and project descriptions. Despite the issues with legibility, the intended purpose likely aligns with informing stakeholders about governmental funding initiatives and procedures that can empower organizations to apply for financial assistance. Facilitating communication on upcoming projects or needs within federal or state programs seems to be the primary objective. Given the circumstances, no comprehensive assessment or insight into the document's original content can be accurately conveyed due to significant data loss or corruption. Understanding the essence of the document's intent remains essential, highlighting the importance of accessible information in government-funded initiatives.
    The document appears to be a corrupted or improperly formatted government file related to federal RFPs (Requests for Proposals) and grant opportunities. Due to the heavy corruption, specific topics or structures are unclear, but it suggests a context involving compliance standards and procedural guidelines crucial for organizations seeking federal and state/local grants. RFPs typically require detailed proposals that showcase the ability to meet specified criteria, including project management, timelines, and detailed budgets. Supporting details usually involve regulations regarding environmental compliance, safety measures, and documentation protocols, which are crucial for successful grant applications. Despite the corruption, it can be inferred that the document emphasizes the importance of adherence to these requirements to secure funding for various projects, highlighting the structured process involved in government contracting and grant applications. The emphasis on adherence suggests a focus on accountability and compliance within the framework of government initiatives.
    The VHA Directive 1605.05 from the Department of Veterans Affairs outlines policies and procedures for establishing and managing Business Associate Agreements (BAAs) between VA health care facilities and designated Business Associates. Key changes include updated responsibilities, categories of BAAs, and the introduction of a Business Associate Profile Questionnaire. The directive emphasizes compliance with HIPAA regulations, mandating a BAA whenever a person or entity may create, receive, maintain, or transmit Protected Health Information (PHI) on VHA’s behalf. The BAA must be established prior to sharing PHI, with particular roles designated for oversight and management within the VHA organizational structure. The directive also outlines the categories of BAAs—local and national—and specifies responsibilities for various officials to ensure compliance and monitoring. The directive remains in effect until recertification in November 2025, underscoring the VHA's commitment to upholding privacy and security standards in relation to health information. This document serves as an essential framework for guiding relationships between the VHA and its Business Associates, aligning with broader federal compliance requirements in the healthcare sector.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    V225--Non-Emergent Ground Ambulance Basic Life Support (BLS) Services - Veterans Affairs Long Beach Healthcare System (VALBHCS)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for non-emergent Basic Life Support (BLS) ground ambulance services for the Veterans Affairs Long Beach Healthcare System (VALBHCS). This procurement is structured as a base contract with four option years, with a total projected award amount of $22.5 million, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The services are crucial for providing essential transportation for veterans, ensuring compliance with federal regulations and quality service delivery. Interested contractors must submit their proposals electronically by February 25, 2025, at 4:00 PM PST, and can direct inquiries to Contract Specialist Katharine Robert at katharine.robert@va.gov.
    V225--Non-Emergent Ambulance Service (VALLHCS)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Non-Emergent Ambulance Services under the upcoming Request for Proposal (RFP) number 36C26225R0018, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The objective of this procurement is to provide essential ambulance services that adhere to the regulations and standards necessary for effectively serving veteran communities. This initiative is crucial for ensuring that veterans receive timely and appropriate transportation for medical needs. Interested parties must submit their responses by February 24, 2025, at 3:00 PM Mountain Time, and can direct inquiries to Contracting Officer Michael Williams at michael.williams48@va.gov or by phone at (520) 792-1450, x12586.
    V225--Ground Ambulance Services-BLS, ALS and CCT
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Ground Ambulance Services, including Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT), specifically for the VA Greater Los Angeles Healthcare System. The procurement aims to identify Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) capable of delivering non-emergency transportation services for veterans, with operations required 24/7 across various VA facilities and community clinics. This contract, which will run from April 1, 2025, to March 31, 2027, emphasizes contractor qualifications, including proper licensing, background checks, and adherence to safety standards, particularly for transporting potentially infectious patients. Interested parties should contact Contract Specialist Intern Ositadima Ndubizu at ositadima.ndubizu@va.gov or (562) 766-2252 for further details.
    V225--Ground Ambulance Services-691-25-3-829-0012
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Basic Life Support (BLS) ground ambulance services for eligible beneficiaries within the VA Greater Los Angeles Healthcare System. This procurement aims to gather market research on the capabilities and qualifications of Service-Disabled Veteran-Owned, Veteran-Owned, and other small businesses interested in delivering these non-emergent transport services, with a contract period from April 1, 2025, to March 31, 2027. The selected contractor will be responsible for ensuring 24/7 availability, managing logistics for patient transport, and adhering to compliance standards while prioritizing patient welfare and timely incident reporting. Interested parties can contact Contract Specialist Intern Ositadima Ndubizu at Ositadima.Ndubizu@va.gov or (562) 766-2252 for further information.
    V225--Ground Ambulance Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Ground Ambulance Services to support the George E. Wahlen VA Medical Center and its associated outpatient clinics in Salt Lake City, Utah. The contract aims to provide essential non-emergency and emergency transport services, ensuring 24/7 availability for veteran patients, including Advanced Life Support (ALS), Basic Life Support (BLS), and Critical Care Transport (CCT). This initiative underscores the government's commitment to delivering reliable healthcare transport services to veterans while adhering to stringent quality and safety standards. Interested parties must submit their proposals by February 24, 2025, at 5:00 PM Mountain Time, with a total award amount of $22.5 million for the base year and four option years. For further information, potential bidders can contact Contracting Officer Heather Clemons at heather.clemons@va.gov or by phone at 303-712-5772.
    V129--RLRVAMC Ambulance Service
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to provide non-emergency ambulance services for the Richard L. Roudebush VA Medical Center, aimed at enhancing transportation options for veterans. The contract will encompass a variety of services, including stretcher transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT), available 24/7, with the contractor responsible for all necessary vehicles, personnel, and equipment while adhering to applicable regulations. This initiative is crucial for ensuring timely and safe transport for veterans, reflecting the VA's commitment to their welfare. The five-year contract, commencing on April 1, 2025, has a maximum value of $27 million, and interested parties can reach out to Contracting Specialist Janel N Tate-Montgomery at janel.tate-montgomery@va.gov for further details.
    V225--Non-Emergent ALS/CCT Ground Ambulance Services (VA Long Beach Health Care System)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for Advanced Life Support (ALS) and Critical Care Transport (CCT) ground ambulance services for the VA Long Beach Health Care System. This procurement aims to secure non-emergent ambulance services compliant with federal, state, and local regulations, with a focus on providing quality care to veterans. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), has a total award amount of up to $22.5 million, structured as a fixed-price, indefinite delivery, and indefinite quantity contract, with a minimum guaranteed amount of $10,000.00. Interested contractors must submit their proposals via email by February 20, 2025, and can direct inquiries to Contract Specialist Katharine Robert at katharine.robert@va.gov.
    V225--Solicitation Ground Ambulance VA Southern Nevada Health Care System
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for ground ambulance services for the Southern Nevada Healthcare System, with a contract period from April 1, 2025, to March 31, 2027. The selected contractor will provide 24/7 emergency and non-emergency transportation, including Advanced Life Support (ALS) and Basic Life Support (BLS), while ensuring compliance with federal and state regulations and maintaining high standards of service quality and patient care. This procurement is crucial for ensuring veterans receive timely medical transportation, reflecting the VA's commitment to their healthcare needs. Interested parties must submit their proposals by February 28, 2025, and can contact Contract Specialist Tim Smith at Timothy.Smith9de3@va.gov or 916-923-4517 for further information.
    V225--Ground Ambulance Service Cheyenne
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for ground ambulance services in the Cheyenne, Wyoming area through Request for Quote (RFQ) number 36C25925R0038. The contract, which spans five years, requires the provision of various levels of ambulance services, including Basic Life Support, Advanced Life Support, and Critical Care Transport, ensuring compliance with federal, state, and local regulations while maintaining high-quality service standards. This procurement is crucial for enhancing healthcare accessibility for veterans, reflecting the government's commitment to providing reliable emergency medical services. Interested vendors must submit their proposals by 2:00 PM Mountain Time on February 25, 2025, and can direct inquiries to Contract Specialist Christine Jarvis at christine.jarvis@va.gov or by phone at 303-712-5784.
    V225--FY25 - Ambulette Veteran Transportation (Base + 4)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified small businesses to provide Ambulette Veteran Transportation services, specifically non-stretcher wheelchair van services, for veterans in the Long Island, New York area. The contract will include a firm fixed-price structure with a 12-month base period and four additional 12-month option periods, ensuring reliable transportation for veterans to and from the Northport VA Medical Center and various community-based clinics. This procurement aligns with the Department's mission to deliver quality care and support for veteran services. Interested parties should note that the solicitation number 36C24224Q0879 is expected to be released around February 3, 2025, with responses due by March 3, 2025, at 2:00 PM Eastern Time. For further inquiries, contact Contract Specialist Lisa Harris at Lisa.Harris4@va.gov.