V225--Non-Emergency Ambulance Service Harry S Truman Columbia VAMC
ID: 36C25525Q0464Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

NAICS

Ambulance Services (621910)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide non-emergency ambulance services for the Harry S. Truman Memorial Veterans’ Hospital in Columbia, Missouri. The procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract that requires 24/7 availability of various ambulance services, including Stretcher Transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT), ensuring compliance with federal, state, and local regulations. This service is crucial for the safe and efficient transportation of veterans, who rely on these services for access to medical care, with the contract expected to last until September 21, 2030. Interested parties should contact Lisa A. Buchanan at lisa.buchanan1@va.gov or call 913-946-1990 for further details and to discuss the submission of quotes.

    Point(s) of Contact
    Buchanan, Lisa AContract Specialist
    (913) 946-1990
    lisa.buchanan1@va.gov
    Files
    Title
    Posted
    This presolicitation notice pertains to a request for bids (RFP) for Non-Emergency Ambulance Services at the Harry S Truman Columbia VA Medical Center (VAMC) in Missouri, under solicitation number 36C25525Q0464. Scheduled for release on or around August 4, 2025, the solicitation is designated as unrestricted and falls under the NAICS Code 621910, which covers ambulatory services. Responses are due by August 21, 2025, at 10:00 AM CT, and the contracting office is located in Leavenworth, KS. The primary point of contact for potential bidders is Lisa A. Buchanan, whose email is provided for inquiries. The notice emphasizes the importance of this service in supporting veteran healthcare and outlines the procedural steps for interested contractors to submit their bids. Additionally, the agency's URL offers further details regarding the VA facility involved.
    The file outlines a Request for Quotes (RFQ) from the Department of Veterans Affairs for providing Non-Emergency Ground Ambulance Services for the Harry S. Truman Memorial Veterans’ Hospital. This solicitation involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract expected to last five years, with the potential for individual task orders as needed. The overarching goal is to transport veterans safely and efficiently, offering various ambulance service levels including Basic Life Support (BLS) and Advanced Life Support (ALS), ensuring compliance with regulatory standards. Key requirements include 24/7 service capability, appropriate certifications for personnel, and specific operational protocols such as patient transport safety and adherence to a Quality Control Plan (QCP). The document also specifies invoicing procedures using the VetRide Vendor Portal, service performance metrics, and establishes penalties for non-compliance. The financial aspect of the contract outlines anticipated service costs over three fiscal periods, though final prices will be determined through task orders. The RFQ emphasizes the importance of maintaining high standards in service delivery while upholding veteran care quality and safety, reflecting the government's commitment to veterans' healthcare needs.
    The government document outlines the requirements for contractors providing Critical Care Transport (CCT) services as part of a federal procurement process. Offerors must confirm their capability to transport specific drugs and equipment necessary for patient care, including medications such as amiodarone, insulin, and morphine, along with essential medical equipment like portable ventilators and IV pumps capable of managing multiple drips. The form also specifies monitoring equipment requirements, including continuous EKG and blood pressure monitoring capabilities. A signature from an authorized company representative is mandatory to validate compliance with these criteria, ensuring that providers can adequately support critical and urgent medical transport needs within the specified EMS regions. The document emphasizes the importance of operational readiness and the provision of adequate medical resources to meet rigorous patient care standards in CCT scenarios.
    The Veterans Transportation Service (VTS) outlines Standard Operating Procedures for patient transport, focusing on infection control, particularly during the COVID-19 pandemic. It emphasizes following CDC guidelines on the use of Personal Protective Equipment (PPE) for both routine and COVID-19 patient transports. PPE requirements include face masks, eye protection, gloves, and gowns, depending on the exposure risk. The document stipulates that all passengers must wear masks, with protocols for refusing transport if they do not comply. Post-transport, VTS vehicles must undergo rigorous disinfection procedures, which include air ventilation and cleaning of all surfaces with EPA-approved disinfectants. Operators are instructed on the proper donning and doffing of PPE, emphasizing hygiene throughout the process. The document also underscores the requirement for operators to report potential COVID-19 exposures and adhere to local health authority guidelines for monitoring. Overall, this protocol reflects the commitment of the VTS to maintain safety and health standards during patient transport, ensuring that both personnel and patients are protected from infectious diseases through procedural reminders and strict compliance measures. The procedures specified are vital for securing the health and safety of veterans and adhering to federal health regulations.
    This document provides a reference to U.S. Department of Labor (USDOL) wage determinations incorporated into a federal contract under the Service Contract Act. It details specific counties in Missouri and Illinois, along with their corresponding wage determination numbers, revision dates, and the applicability of relevant regulations. The document asserts that contractors must pay service employees at least the minimum wages and offer fringe benefits as dictated by these wage determinations. It highlights the required adherence to FAR clauses related to the Service Contract Act, emphasizing that these wage determinations are integral to the contract terms. Additionally, it outlines how to access the full text of these determinations online and states that employees must be compensated for time spent driving for services related to the contract. The overarching purpose is to ensure compliance with wage standards and labor regulations in government contracting, reflecting the government's commitment to fair labor practices.
    Similar Opportunities
    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--Maine Ambulance unrestricted
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for unrestricted ambulance services, specifically Basic Life Support (BLS), Advanced Life Support (ALS), and Specialty Care Transport (SCT), for eligible Veteran beneficiaries within the VA Maine Healthcare System. The contractor will be responsible for providing all necessary labor, materials, and supervision under a firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contract, which spans five years with a minimum annual guarantee of $1,500 and an ordering ceiling of $5,500,000. These services are crucial for ensuring timely transport to and from the Togus VA, VA Community Based Outpatient Clinics in Maine, and other medical centers in Massachusetts and Vermont, with strict adherence to federal, state, and local regulations. Interested contractors should contact Contract Specialist Sterling R Mathews at sterling.mathews@va.gov for further details regarding the proposal submission process and requirements.
    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.
    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.
    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.
    ABQ GROUND AMBULANCE SVC
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor to provide ground ambulance services, specifically Basic Life Support (BLS) and Advanced Life Support (ALS), for beneficiaries of the New Mexico Veterans Affairs Health Care System (NMVAHCS) in Albuquerque, New Mexico. The contractor will be responsible for delivering scheduled and on-call services 24 hours a day, 365 days a year, to designated areas both within and outside the city limits of Albuquerque. These services are crucial for ensuring timely medical transportation for veterans, enhancing their access to necessary healthcare. Interested parties can reach out to Rochelle Bennett at Rochelle.Bennett@va.gov for further details regarding this opportunity.
    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.
    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.
    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.