V226--Detroit VAMC - Non-Emergency Medical Transportation Base 3 | Start: 1/1/2026
ID: 36C25026Q5532Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Special Needs Transportation (485991)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: TAXICAB (V226)

Set Aside

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

    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) for non-emergency medical transportation services at the John D. Dingell VA Medical Center in Detroit, Michigan. The contractor will be responsible for providing both ambulatory and non-ambulatory transportation services, including all necessary vehicles, personnel, and management systems, with a requirement for 24/7 availability. This service is crucial for ensuring that veterans have reliable access to medical care, and the contract is expected to span from January 1, 2026, to April 30, 2029, with an estimated total value of up to $19 million. Interested parties must submit their quotations by December 16, 2025, at 1 PM EST, and can contact Contracting Officer Robert J. Bolcavage at robert.bolcavage@va.gov or by phone at 937.469.1228 for further information.

    Point(s) of Contact
    Robert J. BolcavageContracting Officer
    (937) 469-1228
    robert.bolcavage@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting bids for non-emergency medical transportation services for the John D. Dingell VA Medical Center and its associated clinics in Detroit, Michigan. This Request for Quotation (RFQ), designated as solicitation number 36C25026Q5532, seeks a Service-Disabled Veteran-Owned Small Business (SDVOSBC) contractor to provide 24/7 non-ambulatory and ambulatory transportation, including all necessary vehicles, personnel, and equipment. The response deadline is December 16, 2025, at 13:00 Eastern Time. The procurement is conducted under Simplified Acquisition Procedures, with NAICS code 485991 (Special Needs Transportation) and a small business size standard of $22.5 million. The contracting office is located in Kettering, OH, and the point of contact is Robert J. Bolcavage.
    The Department of Veterans Affairs (VA) is soliciting proposals for non-emergent medical transportation services for the John D. Dingell VA Medical Center in Detroit, Michigan. The Request for Quotation (RFQ) seeks a contractor to provide ambulatory and non-ambulatory patient transport, including vehicles, personnel, and a software system compatible with VA's VetRide. The contract spans a base period and three optional ordering periods, from January 2026 to April 2029, with an estimated value of up to $19 million. Key requirements include 24/7 service availability, adherence to federal, state, and local regulations, and the ability to transport service animals and miscellaneous items. Contractor personnel must be qualified, licensed, and undergo TB testing. Vehicles must meet safety standards and be equipped with GPS units for real-time tracking and reporting. Invoicing will be done bi-monthly through VetRide, with specific guidelines for trip, mileage, and wait time charges. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses, with a NAICS code of 485991 (Special Needs Transportation) and a size standard of $19 Million.
    The Department of Veterans Affairs, Network Contracting Office 10, is seeking to competitively select a source for Non-Emergency Medical Transportation services at the Detroit VAMC. To evaluate offerors' past performance, the VA is requesting information from organizations with first-hand experience with the offerors. This past performance questionnaire, due by December 16, 2025, at 1 PM EST, will verify offerors' ability to perform. The questionnaire covers contract identification, customer/agency details, respondent identification, and a performance rating section with specific criteria (e.g., management, quality control, problem-solving, adherence to schedules, and overall performance). It also includes questions regarding cure or show cause notices and willingness to re-award contracts, as well as compliance with small business subcontracting plans for government contracts. The completed questionnaire will be part of the official source selection records.
    This government file, Wage Determination No.: 2015-4859 Revision No.: 27, issued by the U.S. Department of Labor, outlines the minimum wage rates and fringe benefits for service contract employees in Monroe County, Michigan, as of July 8, 2025. It details minimum wage requirements based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on the contract award date. The document lists numerous occupational classifications across various fields (e.g., Administrative Support, Automotive Service, Health, IT) with corresponding hourly rates. It also specifies health and welfare benefits ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation accrual (2-4 weeks), and eleven paid holidays. Special provisions cover computer employees, air traffic controllers, weather observers, hazardous pay differentials, and uniform allowances. A conformance process is detailed for unlisted occupations, ensuring fair compensation and compliance with the Service Contract Act.
    This document, Wage Determination No. 2015-4865 Revision No. 28, issued by the U.S. Department of Labor, outlines the minimum wage rates and fringe benefits for service contract employees in Saginaw County, Michigan, effective July 8, 2025. It details compliance with Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) based on contract award dates. The document lists wage rates for various occupations, including administrative, automotive, health, and technical roles, noting that some classifications may be subject to higher minimum wages under the Executive Orders. It also specifies fringe benefits such as health and welfare, paid vacation (2-5 weeks based on service), and fourteen paid holidays. Special provisions include guidelines for computer employees, night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials, and uniform allowances. The conformance process for unlisted job classifications is also detailed, requiring contractor proposals and Wage and Hour Division approval.
    This government file, Wage Determination No. 2015-4867 Revision No. 31, issued by the U.S. Department of Labor, outlines prevailing wage rates and fringe benefits for service contract employees in Lapeer, Macomb, Oakland, and St. Clair Counties, Michigan, effective July 8, 2025. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on contract award dates. The document lists numerous occupational classifications with corresponding hourly rates, including administrative, automotive, food service, health, IT, and maintenance roles. It also specifies health and welfare benefits ($5.55/hour or $5.09/hour for EO 13706 contracts), vacation, and eleven paid holidays. Special provisions cover computer employees, air traffic controllers, and weather observers, including night and Sunday pay differentials. Hazardous pay differentials for work with ordnance and uniform allowance requirements are also included. The conformance process for unlisted job classifications is detailed, ensuring fair compensation and compliance with the Service Contract Act.
    This document is a wage determination under the Service Contract Act for Livingston County, Michigan, detailing minimum wages and fringe benefits for various occupations. It outlines minimum wage rates based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on contract award dates. The document specifies health and welfare benefits ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation accrual (2-4 weeks based on service), and eleven paid holidays. It also includes specific footnotes for computer employees and air traffic controllers/weather observers regarding exemptions and night/Sunday pay. Hazardous pay differentials, uniform allowances, and the conformance process for unlisted occupations are also detailed, ensuring fair compensation and adherence to federal labor laws for contractors.
    This government file, Wage Determination No. 2015-4869 Revision No. 32, issued by the U.S. Department of Labor, outlines the minimum wage rates and fringe benefits for service contract employees in Livingston County, Michigan, effective July 8, 2025. It details hourly wage rates for numerous occupations across various categories, including administrative, automotive, food service, health, and technical roles. The document specifies that contracts entered into on or after January 30, 2022, or renewed/extended on or after this date, require a minimum of $17.75 per hour under Executive Order 14026. Contracts awarded between January 1, 2015, and January 29, 2022, not subsequently renewed, require $13.30 per hour under Executive Order 13658. Both rates are subject to annual adjustment, with specific exemptions for certain seasonal recreational services and contracts in Texas, Louisiana, or Mississippi. Additionally, it mandates paid sick leave under EO 13706, health and welfare benefits ($5.55/hour or $5.09/hour for EO 13706 contracts), vacation, and eleven paid holidays. It also includes provisions for hazardous pay differentials, uniform allowances, and procedures for conforming unlisted occupations and wage rates.
    This government file, Wage Determination No. 2015-4833 Revision No. 29, issued by the U.S. Department of Labor, outlines minimum wage rates and fringe benefits for service contract employees in Washtenaw County, Michigan. It specifies hourly rates for a wide range of occupations, categorized into administrative, automotive, food service, health, technical, and other fields. The document emphasizes compliance with Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for applicable contracts, along with annual adjustments. It also details fringe benefits including health and welfare ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation (2-5 weeks based on service), and eleven paid holidays. Special provisions cover computer employees, air traffic controllers, and weather observers, including night and Sunday pay differentials, hazardous pay (8% or 4%), and uniform allowances. The document also describes the conformance process for unlisted occupations, requiring contractors to propose classifications and wage rates for review by the Wage and Hour Division.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Non-Emergent Medical Transportation Services - Phoenix VA Healthcare System
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Non-Emergent Medical Transportation Services for the Phoenix VA Healthcare System (PVAHCS) and its associated clinics. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide 24/7 transportation services, including wheelchair, stretcher, and ambulatory transport, while adhering to strict operational standards, including vehicle maintenance, driver qualifications, and compliance with HIPAA regulations. This service is crucial for ensuring that veterans receive timely and safe transportation for medical appointments and other healthcare needs. Interested parties must submit their proposals by 10:00 AM MT on December 10, 2025, to Katharine Robert at katharine.robert@va.gov, with the anticipated contract period running from January 1, 2026, to December 31, 2030, and an estimated contract value of $19 million.
    V119--Philadelphia VAMC - Wheelchair Van Transportation Services
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 4, is seeking qualified contractors to provide Wheelchair Van Transportation Services for the Philadelphia Veterans Affairs Medical Center (VAMC). The procurement aims to establish a contract for non-emergency medical transportation services, specifically designed to accommodate wheelchair-bound veterans, with a focus on ensuring reliable and efficient transportation over a five-year period. This service is critical for facilitating access to medical appointments and enhancing the overall care experience for veterans. Interested parties must submit their proposals by December 12, 2025, at 10:00 AM, and all inquiries should be directed to Contract Specialist Cynthia A. Laemmerhirt at Cynthia.Laemmerhirt@va.gov. The contract will be set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 485991, with a size standard of $19 million.
    Special Mode Transportation for VA Northern California Health Care System
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 21, is seeking qualified vendors to provide non-emergency special mode transportation services for the VA Northern California Health Care System. The contractor will be responsible for delivering transportation services on an "as needed" basis, 24 hours a day, 7 days a week, for a period of five years starting around June 1, 2026, including the provision of gurney, wheelchair, and secure car transportation, as well as oxygen tanks when required. This procurement is critical for ensuring that veterans receive timely and safe transportation to various healthcare facilities across Northern California. Interested vendors, particularly Service-Disabled Veteran-Owned, Veteran-Owned, and other Small Businesses, are encouraged to submit their responses, including company information and pricing details, to Emily Trinh at emily.trinh@va.gov by December 30, 2025, at 12:00 PM PST.
    V225--Ground Ambulance Services
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for Ground Ambulance Services under Solicitation Number 36C25626Q0059, aimed at providing non-emergency ambulance transportation for the Gulf Coast Veterans Health Care Systems and its associated clinics. The contract encompasses a base period from January 1, 2026, to December 31, 2026, with four additional twelve-month option periods, requiring services such as Stretcher Transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT) available 24/7. This procurement is crucial for ensuring timely and compliant medical transportation services for veterans, adhering to federal, state, and local regulations regarding personnel and equipment. Interested contractors must submit their quotes by December 18, 2025, and direct any questions to Contracting Officer Tina Harris at tina.harris3@va.gov by December 4, 2025.
    V225--Non-Emergent Ground Ambulance CON54 Southern Arizona VA Health Care System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for non-emergency ground ambulance transportation services for the Southern Arizona VA Health Care System (SAVAHCS). The contractor will be responsible for providing Basic Life Support (BLS), Advanced Life Support (ALS), Specialty Care Transport (SCT), and Critical Care Transport (CCT) services, ensuring availability 24/7, including weekends and holidays. These services are crucial for the timely and effective transportation of patients within the VA healthcare system, adhering to state regulations and standards. Interested contractors should note that the solicitation (No. 36C26226Q0121) has a base period from February 1, 2026, to September 30, 2026, with four one-year options extending through September 30, 2030. For further inquiries, contact Rochelle Bennett at Rochelle.Bennett@va.gov or Mayte Diaz at Mayte.Diaz@va.gov.
    V225--Non-Emergent Ground Ambulance CON120 Southern Arizona VA Health Care System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for non-emergency ground ambulance transportation services for the Southern Arizona VA Health Care System (SAVAHCS) and its associated clinics. The contractor will be responsible for providing Basic Life Support (BLS), Advanced Life Support (ALS), Specialty Care Transport (SCT), and Critical Care Transport (CCT) services, available 24/7, including weekends and holidays. This contract is crucial for ensuring timely and effective medical transportation for veterans, with a base period from February 1, 2026, to September 30, 2026, and four one-year options extending the contract until September 30, 2030. Interested contractors must possess a "Certificate of Necessity" from the Arizona Department of Health Services and can direct inquiries to Rochelle Bennett at Rochelle.Bennett@va.gov or Mayte Diaz at Mayte.Diaz@va.gov.
    Valet Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Valet Services at multiple locations within the North Texas Health Care System, including Dallas, Fort Worth, and Bonham. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires the contractor to provide professional valet services, including managing vehicle traffic, securing vehicles, and ensuring timely service for disabled veterans and visitors. This service is crucial for enhancing accessibility and convenience at VA facilities, with a contract duration from January 28, 2026, to January 27, 2027, and four optional one-year extensions potentially extending to January 27, 2031. Interested parties should contact Dayna Cantu at dayna.cantu@va.gov or Shannon Hodgson at shannon.hodgson@va.gov for further details, and proposals must adhere to the outlined evaluation criteria and submission deadlines.
    V225--Ambulance Services (Prestonsburg area) /
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for ambulance services in the Prestonsburg area, specifically for the Hershel "Williams" Williams VA Medical Center and its associated clinics. The contract, identified as 36C24526Q0076, encompasses a range of services including Basic Life Support (BLS), Advanced Life Support (ALS), Specialty Care Transport (SCT), and Critical Care Transport (CCT), requiring the contractor to provide all necessary vehicles, personnel, and equipment while adhering to strict federal, state, and local regulations. This procurement is crucial for ensuring reliable and timely transportation services for veterans, with a maximum contract value of $5 million over five years. Interested parties must submit their proposals by November 7, 2025, at 3 PM Eastern Time, and can direct inquiries to Mark Smith at mark.smith25@va.gov.
    V225--Pre-Solicitation VA Sierra Nevada Health Care System Air Ambulance Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Air Ambulance Services, including ground transportation, for the VA Sierra Nevada Health Care System. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract that will provide emergent and non-emergent fixed-wing or rotary-wing transportation for eligible Veterans within a 300-nautical-mile radius, with provisions for additional mileage as necessary. This service is critical for ensuring timely medical transportation for Veterans, adhering to FAA, DOT, OSHA, and CAMTS/NAAMTA accreditation standards. Interested parties should note that the solicitation response due date has been extended to December 9, 2025, with a maximum contract value of $3,200,000.00 and a guaranteed minimum award of $2,500.00. For further inquiries, contact Timothy A. Smith at Timothy.Smith9de3@va.gov.
    V225--Non-Emergent Ground Ambulance CON65 Southern Arizona VA Healthcare System
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to provide non-emergency ground ambulance transportation services for the Southern Arizona VA Healthcare System (SAVAHCS) under Solicitation Number 36C26226Q0120. The contract will cover a range of services, including Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT), with the requirement for 24/7 availability, including weekends and holidays. This indefinite-quantity contract will have a base period from February 1, 2026, to September 30, 2026, with four additional one-year option periods extending through September 30, 2030. Interested contractors must comply with Arizona state regulations and submit invoices monthly via the Tungsten Network. For further inquiries, potential bidders can contact Rochelle Bennett at Rochelle.Bennett@va.gov or Mayte Diaz at Mayte.Diaz@va.gov.