V225--Ground Ambulance Service
ID: 36C25925R0062Type: 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)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide ground ambulance services for the Cheyenne VA Health Care System, covering the Cheyenne, Wyoming catchment area. The procurement aims to secure essential non-emergency and emergency medical transport services, including Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT), to support over 50,000 veterans in the region. This contract is critical for ensuring timely and safe transportation of veterans to and from medical facilities, reflecting the VA's commitment to high-quality healthcare services. Interested parties must submit their proposals by April 25, 2025, at 2:00 PM Mountain Time, to Contract Specialist Christine Jarvis at Christine.Jarvis@va.gov, and must acknowledge receipt of all amendments to the solicitation.

    Point(s) of Contact
    Christine JarvisContract Specialist
    (303) 712-5784
    Christine.Jarvis@va.gov
    Files
    Title
    Posted
    The document is a Combined Synopsis/Solicitation for Ground Ambulance Services to support the Cheyenne VA Health Care System in Wyoming. The solicitation, numbered 36C25925R0062, requests quotes for a firm-fixed price contract effective from May 1, 2025, to April 30, 2026, with four additional option periods of one year each. The contracting office is part of the Department of Veterans Affairs, and the response deadline is April 18, 2025. Key requirements include the submission of offers that demonstrate technical capability, compliance with the Performance Work Statement, and supporting documentation such as pricing schedules and staff qualifications. The evaluation criteria will focus on price, technical ability, and past performance, utilizing a comparative analysis approach. Offerors must provide detailed narratives outlining their operational capabilities, vehicle safety, staffing procedures, and communication systems. The contract falls under the NAICS code 621910 for Ambulance Services, and interested parties must submit their quotations electronically. The document emphasizes compliance with federal regulations and the importance of meeting the scope of work detailed in the associated attachments, ensuring that all bidders adhere to standards for service delivery and public safety. Overall, this solicitation represents the VA's commitment to securing essential emergency medical services for veterans.
    The document serves as an amendment to a previous solicitation for Ground Ambulance Services, with a proposed performance period from May 1, 2025, to April 30, 2026. Managed by the Department of Veterans Affairs' Network Contracting Office in Greenwood Village, Colorado, the solicitation number is 36C25925R0062, and responses are due by April 18, 2025, at 2:00 PM Mountain Time. The Cheyenne Wyoming Catchment Area is designated for service provision. A key inquiry addressed concerns access to VetRide Transportation Software, which is available to both prime and subcontractor companies through registration. The amendment stresses that acknowledgments of receipt must be submitted with offers to avoid rejection. Overall, the document outlines requirements for providing ambulance services to veterans and includes specific guidelines for submitting proposals, emphasizing adherence to protocols set forth by the government to ensure transparency and proper compliance.
    The document outlines an amendment to a previous combined solicitation for ground ambulance services by the Department of Veterans Affairs, specifically targeting the Cheyenne, Wyoming catchment area. The solicitation number is 36C25925R0062, with offers due by April 25, 2025, at 2:00 PM Mountain Time. Interested parties must submit their proposals via email to the designated Contract Specialist, Christine Jarvis. This amendment includes a Question and Answer section and requires offerors to acknowledge the receipt of amendments 1 and 2 in their submissions. The proposal falls under product service code V225 and the NAICS code 621910, which pertains to ambulance services. This document serves as a key step in the procurement process to ensure the provision of efficient emergency medical services to veterans in the area.
    The Cheyenne VA Health Care System (VAHCS) requires contracted non-emergency ambulance transportation services for its main campus and affiliated Community-Based Outpatient Clinics, serving over 50,000 veterans in Wyoming, Colorado, and Nebraska. The contractor must provide Stretcher Transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT) services, available 24/7. Key responsibilities of the contractor include maintaining qualified personnel, adhering to safety and vehicle standards, and ensuring compliance with federal, state, and local regulations. Additionally, contractors are required to utilize the VetRide or VA-approved transportation software for trip requests, reporting, and invoicing. The contractor must also ensure patient welfare during transport, handle potential incidents with timely reporting, and follow rigorous background checks and quality control measures. The performance periods for the contract span one base year with four option years, and services may be rendered to various VA facilities, community care facilities, and local airports. The document underscores the VA's commitment to providing necessary medical transport to veterans while maintaining high standards of care and compliance with safety regulations.
    The document outlines a price schedule for various life support and transportation services intended for a federal contract spanning multiple performance periods from 2025 to 2030. The services include Basic Life Support (BLS), Advanced Life Support (ALS), non-emergency and emergency transports, critical care transport, and wheelchair van transportation. Each service is broken down into individual Line Item Numbers (CLIN), with specified estimated quantities, units, unit prices, and total amounts for each fiscal year. The pricing structure indicates a base rate for the first 15 miles of transportation for each service, with additional costs for mileage beyond that, waiting time, and specific conditions. The document reflects anticipated increases in service costs over the contract duration, indicating a structured approach to budgeting for essential medical transport services. This price schedule serves as a comprehensive reference for bidding and contracting purposes, emphasizing the federal government's commitment to securing reliable healthcare transport services while adhering to fiscal accountability.
    The document outlines the distribution of healthcare enrollees and users across various counties and zip codes within Cheyenne, Wyoming, and surrounding regions. The information is organized by parent facility, focusing on different priority levels designated for enrollees. It lists towns and the corresponding number of enrollees, providing a detailed breakdown of healthcare access in both urban and rural settings. Areas such as Fort Collins and Greeley show significantly higher enrolment numbers, indicating potential healthcare demand disparities. The data spans multiple states, including Colorado, Nebraska, and Wyoming, reflecting regional differences in enrollee statistics. This report serves as a crucial resource for understanding healthcare outreach needs and may inform future proposals for federal grants or state/local RFPs aimed at addressing healthcare disparities in rural areas. The analysis intends to guide resource allocation and planning efforts within government health initiatives.
    The document outlines the confirmation requirements for Critical Care Transport (CCT) capabilities as part of a federal RFP contract. Prospective ambulance providers must affirm their ability to transport essential drugs and equipment, categorized up to Tier III, depending on their EMS region. The specified drug supply includes various medications such as Amiodarone, Diltiazem, and Fentanyl, and the equipment list encompasses chest tubes and mechanical ventilators. The confirmation form, to be signed by a company representative, ensures compliance with these CCT standards, which include the capability to manage up to six simultaneous IV drips using compatible infusions. Additionally, the document details the necessary functions of Zoll X Series Critical Care Monitors, including continuous EKG monitoring and blood pressure measurements. This initiative emphasizes the federal government's commitment to ensuring that CCT services meet rigorous health and safety standards for patient care during transport.
    The Veterans Transportation Service (VTS) Patient Transport Protocol outlines critical procedures for the use of personal protective equipment (PPE) and disinfection practices to mitigate the transmission of infectious diseases, particularly during the COVID-19 pandemic. It emphasizes compliance with CDC Standard Precautions, requiring specific PPE based on the patient's health status during transport. For routine transports, VTS operators must don facemasks, eye protection, gloves, and gowns as needed, while transport of COVID-19 patients mandates the use of N95 respirators, goggles, gloves, and gowns. Additionally, all passengers are required to wear facemasks, and transport must be declined if they refuse. The guidelines include detailed protocols for donning and doffing PPE, cleaning and disinfecting vehicles post-transport, and documenting these procedures. UVC disinfecting units may be used after manual cleaning, following safety precautions. In cases of exposure to COVID-19, VTS personnel must report to their chain of command and adhere to local health authority protocols for monitoring and follow-up. This comprehensive document ensures that VTS operations protect both staff and patients while maintaining safety standards during patient transport, underscoring the importance of infection control in public health services.
    The Veterans Health Administration (VHA) Directive 1605.05 establishes policies for Business Associate Agreements (BAAs) to ensure compliance with HIPAA regulations regarding protected health information (PHI). The directive outlines the responsibilities and operational requirements for VHA facilities collaborating with Business Associates. It emphasizes the necessity of BAAs for entities that handle or transmit PHI in various operations. Key changes include updated responsibilities, categories of BAAs, a management flowchart, and decision-making tools for determining the need for a BAA. The directive specifies the authority responsible for overseeing these agreements, detailing roles from the Under Secretary for Health to local facility directors and privacy officers. Compliance procedures, maintenance of BAAs, and guidelines for conducting independent audits are included to ensure adherence to privacy and security standards. This initiative underlines VHA’s commitment to upholding patient data protection amid collaborations with external business entities. Consequently, the document serves as a comprehensive framework for managing BAA processes while maintaining the integrity of veterans' healthcare information.
    The provided document appears to be a collection of corrupted data or unreadable content, likely extracted from various government Request for Proposals (RFPs) or grants. As a result, the content does not present a coherent structure or clearly defined topics that can be summarized meaningfully. There are indications of sections that might reference procedural elements typically associated with federal and state/local RFPs, such as requirements for project proposals, funding allocations, and compliance issues. However, due to the significant corruption of the text, key points and specific details cannot be identified or reconstructed, limiting the ability to draw relevant conclusions about the intended purpose or context of the document. Consequently, the main focus or critical components relevant to government funding initiatives remain obscure, emphasizing the need for a comprehensive review and extraction from a more readable source to capture substantial information on RFPs and grants effectively.
    The document appears to be an extensive collection of corrupted data with indications of a government file, specifically related to federal and state RFPs, as well as grants. The main purpose of such documents typically involves outlining processes for obtaining funding or support for various projects and initiatives. However, due to the corruption, the document lacks coherent information, making it impossible to identify specific key ideas or a clear structure. Generally, RFP documents in this context are designed to solicit proposals that meet specific criteria, often emphasizing compliance with regulations and the importance of detailed project plans. Critical components usually include eligibility requirements, funding availability, project scope, evaluation criteria, and deadlines. The document emphasizes safety, compliance, and effective project management. Key insights into RFP purposes often relate to public transparency and competitive bidding, ensuring that government resources are allocated efficiently while promoting innovation and quality in funding proposals. These procedures underscore the government's commitment to responsible cash flow management and accountability in public service endeavors, although the corrupted state of the document severely limits this analysis.
    The document is an encoded file related to government requests for proposals (RFPs), federal grants, and state and local RFPs. Although the specific content is largely unreadable due to encoding issues, it appears to center on procedural frameworks for securing government funding and services. The RFPs are designed to elicit offers from various organizations to fulfill government requirements, likely covering a wide array of public sector needs, including infrastructure, community services, and funding opportunities. The structure suggests it includes identification of funding objectives, eligibility criteria for applicants, expected deliverables, and submission guidelines. It emphasizes compliance with local and federal regulations, alongside standard protocols for evaluating proposals. The overarching goal of these documents is to foster transparency, competition, and innovation within public contracts, ensuring that government projects can be executed efficiently and effectively while meeting the needs of the public sector.
    The government file appears to pertain to various federal and state requests for proposals (RFPs) and grant opportunities. Despite the extensive data corruption throughout the document, the essence conveys the importance of these RFPs and grants in facilitating governmental projects aimed at fulfilling community needs. The initiatives emphasize the need for transparent processes, adherence to regulatory standards, and the engagement of qualified entities to ensure effective implementation. Key elements include requirements for potential applicants to demonstrate compliance with project specifications, alongside timelines for submission and evaluation. Additionally, the file highlights the necessity of collaboration between governmental entities and contractors to foster successful project outcomes. The overarching purpose of these RFPs and grants is to allocate federal resources effectively, driving development initiatives that can benefit state and local agencies. The document reinforces the critical nature of these funding opportunities in fostering public service improvements while ensuring adherence to legal and environmental standards.
    The document serves as a comprehensive resource focused on various federal and state/local requests for proposals (RFPs) and grant opportunities. It outlines intricate details regarding eligible projects, evaluation criteria, application procedures, and funding availability. The primary emphasis is on the processes involved in seeking federal grants and RFPs, providing guidance for potential applicants on how to successfully navigate these opportunities. Key topics include the types of projects eligible for funding, specific deadlines for submission, and the required documentation for applications. The supporting details elaborate on the criteria used for evaluating proposals, which often include technical feasibility, cost-effectiveness, and alignment with governmental priorities. The document underlines the importance of compliance with federal and state regulations throughout the application process. Moreover, the narrative underscores how this structured approach to funding and proposals promotes transparency and accountability within government funding initiatives. By delineating clear expectations and necessary steps, the document aims to facilitate engagement from various stakeholders, including individuals and organizations seeking public funding for diverse community-focused projects. Overall, it serves as an essential toolkit for understanding and engaging with government funding processes.
    The document focuses on federal and state/local Requests for Proposals (RFPs) and grant opportunities available to businesses and organizations. It outlines various funding sources and application processes for securing financial support for projects that align with governmental initiatives. The RFPs cover diverse sectors, emphasizing the importance of compliance with federal, state, and local regulations. Key ideas include the necessity for detailed proposals that address specific objectives outlined in the RFPs, such as job creation, community development, and infrastructure improvements. The document stresses the role of effective project planning and collaboration in achieving desired outcomes. Potential fund recipients are encouraged to engage with government agencies to better understand requirements and maximize funding opportunities. The document's structure highlights the procedural aspects of applying for grants and RFPs, emphasizing deadlines, eligibility criteria, and evaluation metrics that govern funding decisions. It serves as a roadmap for organizations looking to leverage federal and state resources to support their initiatives, contributing to broader economic and social goals set forth by governmental bodies.
    The file primarily addresses federal and state/local RFPs and grants, detailing how these funding opportunities aim to support various projects. It outlines procedures for application and assessment, emphasizing the importance of aligning proposed initiatives with governmental objectives. Key ideas include funding eligibility, project scope, and methods for measuring effectiveness and compliance. The document indicates that successful applications should demonstrate a clear impact on community needs and sustainability. Furthermore, it highlights the necessity of incorporating strategic planning and collaboration among stakeholders to meet funding criteria. Emphasis is placed on transparency in processes, adhering to regulations, and ensuring that outcomes align with policy goals. The file serves as a comprehensive guide for prospective applicants chasing government funding opportunities and outlines essential steps to navigate the proposal and funding request landscape effectively. Overall, it reflects the government's intent to promote economic development and community betterment through structured, grant-supported initiatives.
    The document in question appears to relate to governmental processes regarding Requests for Proposals (RFPs) or federal grants concerning infrastructure or funding mechanisms. It discusses various structural components and considerations necessary for project implementations, indicating an emphasis on compliance with regulatory standards and safety protocols. The main topic revolves around the systematic approach to managing government RFPs and grants, particularly focusing on processes such as assessment, compliance checks, and planning for infrastructure projects. Key points include the necessity to evaluate existing conditions, perform due diligence in hazard assessments, and make strategic decisions that align with federal and state guidelines. Moreover, the document highlights the importance of maintaining safety during project execution, suggesting that rigorous protocols should be followed regarding hazardous materials, environmental safety, and maintaining health standards. The emphasis on thorough planning and adherence to regulations illustrates the significant obligations that entities must meet when engaging with governmental funding and development frameworks. Ultimately, the purpose of the document is to guide entities through the complexities of accessing and implementing government funding for various projects while ensuring that all necessary precautions and legal standards are met to safeguard public health and property.
    The Quality Assurance Surveillance Plan (QASP) for Ground Ambulance Services outlines the framework for ensuring that contracted services meet the established Performance Based Service Contract (PBSC) standards. The QASP distinguishes itself from the Contractor's Quality Control Plan (QCP) by focusing on Government oversight rather than Contractor management, ensuring compliance with service quality expected by the Government. Key personnel, including the Contracting Officer (C.O.) and the Contracting Officer's Representative (COR), oversee the Contractor’s performance, employing various surveillance methods such as customer feedback, 100% inspection of patient deliveries, periodic inspections, and random monitoring. Performance standards are defined in the Performance Work Statement (PWS) and are assessed against Acceptable Quality Levels (AQL) to determine contractor performance, with payment deductions serving as incentives for maintaining quality. Regular assessments and meetings between the CO and COR reinforce accountability and quality assurance. The QASP aims to protect service integrity and ensure that the Government receives the expected level of service while only paying for satisfactory performance.
    The government file outlines the Quality Assurance Surveillance Plan (QASP) checklist for a Ground Ambulance contract at the Cheyenne VA Health Care System (VAHCS). The objective is to ensure the provision of 24/7 ambulance services while maintaining safety and compliance with established standards. Key performance objectives include adherence to service availability, vehicle maintenance standards to prevent accidents, and the requirement for contractors to maintain vehicle maintenance documentation. Compliance thresholds are set at 95%, with surveillance methods confirming that requirements are met with 100% compliance in inspections. Additionally, the contractors must employ qualified personnel who have completed the necessary training as per Department of Health and Human Services guidelines and ensure sanitation procedures conforming to OSHA standards. This document ensures that contracted services not only meet operational requirements but also prioritize the safety and well-being of veterans and their associated health risks.
    The document addresses queries related to Cheyenne Ambulance Services' solicitation for bids, specifically regarding access to the VetRide Transportation Software. The government clarifies that both prime contractors and subcontractors can register for VetRide, a web-based system, to log transports and billing, with training provided by the third-party vendor for all users. It emphasizes adherence to the stipulations in the addendum to FAR 52.212-1, stating that proposals must comply fully with the solicitation's terms and include all necessary documentation. Non-compliant offers may be disqualified from evaluation. This document serves to guide potential bidders on operational requirements and compliance expectations for the RFP process, reflecting standard practices in government procurement.
    The document pertains to a Combined Synopsis Solicitation for Cheyenne Ambulance Services, indicating that it is a new project with no incumbent provider. The government has clarified that there are no additional questions being accepted regarding this solicitation. It emphasizes the importance of complying with the guidelines outlined in ADDENDUM to FAR 52.212-1, which details instructions for offerors of commercial items. Offers that do not adhere to the stipulated terms, conditions, or required documentation may be deemed non-compliant and eliminated from the evaluation process. This notice underlines the government's procurement process and the need for potential contractors to be aware of strict compliance requirements when bidding on federal opportunities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    V225--Non-Emergent Ground Ambulance CON120 Southern Arizona VA Health Care System
    Veterans Affairs, Department Of
    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 CON54 Southern Arizona VA Health Care System
    Veterans Affairs, Department Of
    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 CON65 Southern Arizona VA Healthcare System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to provide non-emergency ground ambulance transportation services for the Southern Arizona VA Healthcare System, including its Community-Based Outpatient Clinics and affiliated healthcare clinics. The contract requires the provision of Basic Life Support (BLS), Advanced Life Support (ALS), Specialty Care Transport (SCT), and Critical Care Transport (CCT) services, available 24/7, with all necessary vehicles, personnel, and equipment supplied by the contractor. 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 parties must submit a Certificate of Necessity and adhere to Arizona state regulations, with invoicing conducted monthly via the Tungsten Network. For further inquiries, contact Rochelle Bennett at Rochelle.Bennett@va.gov or Mayte Diaz at Mayte.Diaz@va.gov.
    V225--Maine Ambulance unrestricted
    Veterans Affairs, Department Of
    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--Ground Ambulance Services
    Veterans Affairs, Department Of
    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--Pre-Solicitation VA Sierra Nevada Health Care System Air Ambulance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 21, is seeking proposals for Air Ambulance Services, including ground transportation, for the VA Sierra Nevada Health Care System. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a five-year performance period, commencing on January 31, 2026, and extending through January 30, 2031, encompassing five one-year ordering periods. This service is crucial for providing emergent and non-emergent medical transport for eligible Veterans within a 300-nautical-mile radius, adhering to strict compliance with FAA, DOT, OSHA, and accreditation standards. Interested offerors must submit their proposals electronically by December 16, 2025, with a guaranteed minimum order of $2,500.00 and a maximum contract value of $3,200,000.00. For further inquiries, contact Timothy A. Smith at Timothy.Smith9de3@va.gov.
    V225--Ambulance Service | Follow on Base 3 | Start: 3/1/26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses for ambulance services at the Dayton VA Medical Center, with the contract set to commence on March 1, 2026. The procurement includes Advanced Life Support (ALS) and Basic Life Support (BLS) services, covering a base period until October 31, 2026, with options for two additional one-year periods. These services are critical for providing timely medical transportation to veterans, ensuring compliance with federal regulations and safety standards. Interested vendors must submit their quotations by December 19, 2025, at 1 PM EST, and can contact Contracting Officer Robert Bolcavage at robert.bolcavage@va.gov for further details.
    ABQ GROUND AMBULANCE SVC
    Veterans Affairs, Department Of
    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.
    V226--Non Emergent Patient Transportation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for Non-Emergency Medical Transportation services for the Saginaw VA Medical Center, as outlined in solicitation number 36C25026Q6552. The procurement is specifically set aside for Veteran-Owned Small Businesses (VOSB) and aims to provide essential transportation services for patients, utilizing the VA’s VetRide ordering system. This contract, valued at approximately $19 million, will cover a base period and four ordering periods from February 2026 to January 2031, with specific requirements for labor, materials, vehicles, and compliance with federal regulations. Interested companies must submit their offers, including a Past Performance Questionnaire and wage determination compliance documents, by December 29, 2025, with questions due by December 23, 2025. For further inquiries, contact Contracting Officer Robert Bolcavage at robert.bolcavage@va.gov or 937.469.1228.
    Special Mode Transportation for VA Northern California Health Care System
    Veterans Affairs, Department Of
    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.