ContractCombined Synopsis/SolicitationService-Disabled Veteran-Owned Small Business Set Aside

V225--ELP Air Ambulance IDC

DEPARTMENT OF VETERANS AFFAIRS 36C25725R0078
Response Deadline
Oct 14, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Service-Disabled Veteran-Owned Small Business Set Aside
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Advanced Life Support/Critical Care Transport (ALS/CCT) air ambulance services for beneficiaries at the El Paso VA Health Care System. The contractor will be required to provide 24/7 air ambulance services, ensuring the transport of patients needing continuous ECG monitoring or designated as critical care, with qualified medical personnel on board. This service is crucial for maintaining the health and safety of veterans requiring urgent medical transport, adhering to strict FAA, DOT, OSHA, and HIPAA regulations. Interested Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) must submit their proposals by October 14, 2025, at 2:00 PM CDT, with a guaranteed minimum award of $150,000 and an estimated annual maximum of $1 million. For further inquiries, contact Mariangie Rios Vazquez at mariangie.riosvazquez@va.gov or 210-996-8816.

Classification Codes

NAICS Code
621910
Ambulance Services
PSC Code
V225
TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: AMBULANCE

Solicitation Documents

15 Files
36C25725R0078.pdf
PDF653 KBOct 10, 2025
AI Summary
The Department of Veterans Affairs (VA) is soliciting proposals for Air Ambulance Transportation Services for beneficiaries of the ELP VA. This Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a base year and a 6-month extension option, requires 24/7 ALS/CCT pre-arranged air ambulance services. The contract has a minimum guarantee of $5,000.00 and a maximum of $1,000,000.00 yearly. Key requirements include FAA certifications, compliance with health regulations (HIPAA, Privacy Act), and adherence to strict operational and safety standards. The contractor must coordinate ground ambulance services, maintain detailed patient records, and ensure prompt response times. Bidders must also provide pricing for various locations and acknowledge comprehensive security and data breach protocols, including liquidated damages for sensitive information breaches. The solicitation emphasizes contractor qualifications, personnel training, and a robust quality control program.
WD El Paso 15-5229 rev. 27.docx
Word33 KBOct 10, 2025
AI Summary
This government file details Wage Determination No. 2015-5229, Revision No. 27, for service contracts in El Paso and Hudspeth Counties, Texas, effective July 8, 2025. It outlines minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered into on or after January 30, 2022, or renewed/extended thereafter) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, not subsequently renewed/extended). The document lists prevailing wage rates for numerous occupations across various categories, including administrative, automotive, food service, health, information technology, and maintenance. It also specifies fringe benefits: Health & Welfare ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation (2-4 weeks based on service), and eleven paid holidays. Special provisions cover computer employees, air traffic controllers, weather observers, hazardous pay differentials, and uniform allowances. A conformance process for unlisted occupations using Standard Form 1444 is detailed.
Vendor Questions v1.pdf
PDF67 KBOct 10, 2025
AI Summary
This document outlines responses to Air EMS's questions regarding Solicitation Number 36C25725R0078, focusing on aeromedical transport services for the VA. Key clarifications include the exclusion of international transports and an adjustment to the enroute timeframe from one to two hours for long-distance services due to safety and flight planning. The VA does not intend to contract a dedicated aircraft. The estimated number of one-way trips is clarified to be 26-30 per year, a significant reduction from the initially stated 96. Services for transplant patients at home, not requiring ECG monitoring, will remain authorized. The incumbent contract number is 36C25719C0197, with a total value of $786,000.00 for a base plus four option years (2019-2024). The Performance Work Statement (PWS) will be revised to reflect these changes.
36C25725R0078 0001.pdf
PDF123 KBOct 10, 2025
AI Summary
This document is Amendment 0001 to Solicitation 36C25725R0078, issued by the Department of Veterans Affairs, Network Contracting Office 17. The amendment extends the deadline for receipt of offers to October 8, 2025, at 2:00 PM CDT. Its primary purposes are to address vendor questions, with answers provided in an attachment labeled "Vendor Questions v1," and to officially extend the offer due date. All offerors must acknowledge receipt of this amendment by submitting a signed copy with their offer for it to be considered. The original terms and conditions of the solicitation remain in full force and effect, except as modified by this amendment.
36C25725R0078 0001_1.docx
Word15 KBOct 10, 2025
AI Summary
This document is an amendment to a previous combined solicitation, number 36C25725R0078, for an ELP Air Ambulance IDC (Indefinite Delivery Contract). The contracting office is the Department of Veterans Affairs, Network Contracting Office 17, located in San Antonio, TX. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under NAICS code 621910 (Ambulance Services). The response date is October 8, 2025, at 2:00 PM Central Time. The place of performance is the El Paso VA Health Care System in El Paso, TX. The point of contact for this solicitation is Mariangie Rios Vazquez. Additional information is provided through attached documents, including "36C25725R0078 0001" and "Vendor Questions v1."
Attachment C Vendor Questionnaire.docx
Word24 KBOct 10, 2025
AI Summary
Attachment D of RFP 36C25725R0078 is a Vendor Questionnaire for an ambulance services contract. It requires vendors to detail their technical capabilities, including ambulance fleet composition and evidence of federal, state, and local compliance (licensing, registration, safety standards). The questionnaire also mandates the submission of a Quality Control Plan, a Contingency Plan, and Dispatch Procedures, with specific page numbers for each factor in the quotation package. Vendors must indicate if they cannot meet any specified area, standard, or specification within the Performance Work Statement (PWS). Additionally, a certification of compliance with FAR Clause VAAR 852.219-75 regarding limitations on subcontracting is required.
Attachment B- Procurement Work Statement PWS.docx
Word69 KBOct 10, 2025
AI Summary
This Performance Work Statement outlines the requirements for Advanced Life Support/Critical Care Transport (ALS/CCT) air ambulance services for beneficiaries of the ELP VA. The contractor must be a "Covered Entity" under HIPAA and provide 24/7 service. Patients requiring continuous ECG monitoring or designated as critical care by a physician will be transported, with a physician or critical care-trained registered nurse as the medical flight attendant, adhering to CAMTS, NAAMTA Global, or EURAMI standards. The contractor is responsible for coordinating ground ambulance services and maintaining detailed patient records for five years. Operational requirements include holding valid FAA certifications, filing flight plans, and adhering to strict safety regulations. The contract is an Indefinite Delivery Indefinite Quantity (IDIQ) firm-fixed price agreement for a base year with a potential six-month extension, with an estimated 96 one-way trips annually. The contractor must comply with HIPAA, Privacy Act, and NARA regulations, including stringent security and data breach protocols, with liquidated damages for breaches involving sensitive personal information. All personnel must complete VA privacy and security training.
Attachment A Cover Letter 36C25725R0078.docx
Word19 KBOct 10, 2025
AI Summary
The "Cover Letter 36C25725R0078" document outlines the requirements for submitting a quote for a government solicitation. Offerors must provide a clear, concise, and detailed quote on company letterhead, addressing how they will meet government requirements rather than merely restating them. Key information required includes the offeror's name, address, telephone number, unit price, overall total price, discount terms, CAGE code, UEI number, and business size. Additionally, offerors must indicate their socioeconomic status by checking all applicable categories. The submission also mandates completing provision 52.212-3, either by referencing electronic completion via http://www.acquisition.gov or by filling out paragraphs (c) through (o) if not completed electronically via SAM. Failure to provide any of the specified information may lead to the quote being deemed nonresponsive, emphasizing the need for comprehensive and accurate submissions.
Performance Work Statement_Revised.docx
Word73 KBOct 10, 2025
AI Summary
This Performance Work Statement (PWS) outlines the requirements for Advanced Life Support/Critical Care Transport (ALS/CCT) air ambulance services for VA beneficiaries in VISN 17/Station 756-El Paso. The contractor must be a "Covered Entity" under HIPAA and provide 24/7 service. Key specifications include transporting patients requiring continuous ECG monitoring or designated as critical care, with a physician or critical care-trained registered nurse as the medical flight attendant. The contractor must meet CAMTS and NAAMTA Global accreditations. The contract is an Indefinite Delivery Indefinite Quantity (IDIQ) firm-fixed price with a one-year base period and four option years, with an estimated 36 one-way trips annually and a guaranteed minimum award of $150,000. Emphasis is placed on strict adherence to FAA, DOT, OSHA, and VA regulations, including detailed operational, safety, patient privacy, and security requirements. The contractor is responsible for ground ambulance coordination, maintaining patient records for five years, and responding within two hours. Liquidated damages of $37.50 per affected individual apply for data breaches.
36C25725R0078 0003.docx
Word23 KBOct 10, 2025
AI Summary
This amendment extends the solicitation response/offer due date for project number 756-26-1-045-0023, associated with Solicitation Number 36C25725R0078, to October 14, 2025, at 2:00 PM CDT. The extension is due to delays in posting an updated Performance Work Statement (PWS). An updated PWS, which aligns with answers provided to vendor questions, is attached to this amendment. Offerors are required to acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate letter/electronic communication referencing the solicitation and amendment numbers. All correspondence should be carbon-copied to astrid.mckinney@va.gov. All other terms and conditions of the original solicitation remain unchanged.
36C25725R0078 0003_1.docx
Word15 KBOct 10, 2025
AI Summary
This document is an amendment to a previous combined solicitation, number 36C25725R0078, for an Air Ambulance Indefinite Delivery Contract (IDC) for the ELP Air Ambulance service. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under Product Service Code V225 and NAICS Code 621910. The contracting office is the Department of Veterans Affairs, Network Contracting Office 17 in San Antonio, TX. The point of contact for this solicitation is Mariangie Rios Vazquez, with Astrid McKinney to be CC'd on all correspondence. The place of performance is the El Paso VA Health Care System at 5001 North Piedras Street, El Paso, TX 79930. The response date for this solicitation is October 14, 2025, at 2:00 PM Central Time. Additional information, including attached documents "36C25725R0078 0003" and "Performance Work Statement_Revised," can be found on the SAM website.
36C25725R0078 0002.docx
Word36 KBOct 10, 2025
AI Summary
This amendment (0002) to solicitation 36C25725R0078, issued by the Department of Veterans Affairs, Network Contracting Office 17, extends the deadline for offers to October 13, 2025, at 2:00 PM CDT. The purpose of this extension is to allow vendors sufficient time to review responses to "Vendor Questions," analyze "Historical Data_Flights," and account for a revised Performance Work Statement (PWS) that will be posted on October 8, 2025. All offerors must acknowledge receipt of this amendment by submitting a signed copy with their offer to ensure consideration.
36C25725R0078 0002_1.docx
Word15 KBOct 10, 2025
AI Summary
This document is an amendment to a previous combined solicitation, number 36C25725R0078, for an ELP Air Ambulance IDC (Indefinite Delivery Contract). The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) with a NAICS code of 621910 (Ambulance Services). The contracting office is the Department of Veterans Affairs, Network Contracting Office 17, located in San Antonio, TX. The point of contact for this solicitation is Mariangie Rios Vazquez, a Contract Specialist. The place of performance for the services is the El Paso VA Health Care System in El Paso, TX. The response date for this amendment is October 13, 2025, at 2:00 PM Central Time. Additional details are provided in an attached document: 36C25725R0078 0002.
Historical Data Flights.docx
Word14 KBOct 10, 2025
AI Summary
The provided government file details flight frequencies to various U.S. cities for Fiscal Years 2025 and 2026, totaling 25 flights. Key locations include San Antonio, TX with 9 flights, Portland, OR with 6 flights, and Houston, TX with 5 flights. Other cities such as Seattle, WA, Madison, WI, Augusta, GA, and Dallas, TX have fewer flights scheduled. This data likely supports budgeting, resource allocation, or travel planning within a government agency, potentially for an RFP or grant application related to travel services or operational logistics.
36C25725R0078_1.docx
Word14 KBOct 10, 2025
AI Summary
The Department of Veterans Affairs, Network Contracting Office 17, has issued a Combined Synopsis/Solicitation Notice (Number 36C25725R0078) for ELP Air Ambulance IDC services. This solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 621910 (Other Ambulatory Health Care Services) and Product Service Code V225. The response deadline is October 6, 2025, at 2:00 PM Central Time. The place of performance is the El Paso VA Health Care System, located at 5001 North Piedras Street, El Paso, TX 79930-4211. Mariangie Rios Vazquez is the contracting specialist, and additional details are provided in attached documents including a Cover Letter, Procurement Work Statement (PWS), Vendor Questionnaire, and Wage Determination.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 19, 2025
amendedAmendment #1· Description UpdatedOct 2, 2025
amendedAmendment #2Oct 6, 2025
amendedAmendment #3Oct 7, 2025
amendedAmendment #4Oct 7, 2025
amendedLatest Amendment· Description UpdatedOct 9, 2025
deadlineResponse DeadlineOct 14, 2025
expiryArchive DateOct 29, 2025

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
257-NETWORK CONTRACT OFFICE 17 (36C257)

Point of Contact

Contract Specialist
Mariangie Rios Vazquez

Place of Performance

El Paso, Texas, UNITED STATES
El Paso VA Health Care System 5001 North Piedras Street

Official Sources