V225--Ambulance Service | Follow on Base 3 | Start: 3/1/26
ID: 36C25026Q5521Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Ambulance Services (621910)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Point(s) of Contact
    Robert BolcavageContracting Officer
    (937) 469-1228
    robert.bolcavage@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (Dayton VA Medical Center) has issued a combined synopsis/solicitation (RFQ 36C25026Q5521) for Ambulance Services. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses, with a NAICS code of 621910 (Ambulance Services) and a small business size standard of $22.5 million. The Product Service Code is V225. Quotes are requested by December 19, 2025, at 13:00 Eastern Time. The place of performance is the Dayton VA Medical Center. Interested companies must submit quotations, and a written solicitation document will not be issued. The contracting officer is Robert Bolcavage (robert.bolcavage@va.gov).
    The Department of Veterans Affairs (VA) is soliciting bids for Advanced Life Support (ALS) and Basic Life Support (BLS) ambulance services for the Dayton VA Medical Center. This Request for Quotation (RFQ), set aside for Small Businesses, covers a base period from March 1, 2025, to October 31, 2026, with two additional one-year ordering periods. Services include base rates for trips under 20 miles, mileage rates for distances exceeding 20 miles, and wait time rates, all calculated using BING maps. The solicitation details comprehensive IT security requirements, data handling protocols, and mandates adherence to VA directives, federal laws, and NIST standards. Contractors must complete annual security and privacy training, and adhere to strict PPE guidelines for both routine and COVID-19 transports. A Business Associate Agreement (BAA) is required, and liquidated damages apply for data breaches involving sensitive personal information.
    This document outlines wage determinations and labor standards for service contracts in Greene, Miami, and Montgomery Counties, Ohio. It specifies minimum wage rates based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on the contract award date. The file details hourly wage rates for various occupations, including administrative, automotive, health, and technical roles, and mandates fringe benefits like health & welfare ($5.55/hour or $5.09/hour for EO 13706 contracts), vacation, and twelve paid holidays. It also addresses paid sick leave under EO 13706, hazardous pay differentials (4% or 8%), and uniform allowances. Procedures for conforming unlisted job classifications and wage rates are provided, emphasizing the use of the Service Contract Act Directory of Occupations for accurate classification.
    The document, referencing solicitation 36C25026Q5521, is a certification of compliance with the Department of Labor Wage Determination (WD) requirements. It is a memorandum for record from a contractor to a contracting specialist, dated 9/##/2025. The contractor certifies that all employees performing services under the potential contract will be paid at an hourly rate equal to or greater than the current Department of Labor WD as specified in the Performance Requirements Summary (PRS) section of the Performance Work Statement (PWS). This compliance applies to all appropriate labor categories for the county in which the VA medical center, supported by the requirement, resides. The document includes spaces for the full legal names and signatures of the Company Owner, CEO, and COO, along with the date of signing. It is a critical component in federal contracting to ensure fair wages.
    This document is a certification form for offerors responding to government solicitations, specifically addressing compliance with FAR 52.219-14, "Limitations on Subcontracting." It requires the submitting company to certify that at least 50 percent of the cost of contract performance for personnel will be expended on their own employees, as stipulated in the Performance Requirements Summary (PRS) of the Performance Work Statement (PWS). The form includes fields for the date, solicitation number, company details (name, address, DUNS, CAGE code), and requires signatures from the company owner, CEO, and COO to attest to their compliance with this federal regulation. Its purpose is to ensure that prime contractors perform a significant portion of the work themselves, particularly for personnel costs, rather than extensively subcontracting.
    The Department of Veterans Affairs, Network Contracting Office 10, is conducting a competitive source selection for Ambulance Services to provide Special Mode Travel. A key part of the proposal evaluation is the verification of offerors' past performance. The enclosed Past Performance Questionnaire (PPQ) seeks detailed information on contractors' experience, including contract identification, customer/agency details, and performance ratings across various criteria like management, quality control, problem identification, schedule adherence, and cooperation. Respondents are asked to rate performance from Exceptional to Unsatisfactory and provide supporting information. The deadline for responses is December 23, 2025, at 1 PM EST. The completed PPQ will be part of the official source selection records, and prompt responses are crucial for the timely completion of the selection process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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--Martinsburg VAMC Ground Ambulance Transportation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a five-year Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Ground Ambulance Transportation services to support the Martinsburg VA Medical Center and its associated Community-Based Outpatient Clinics. The contract will encompass a range of services, including Advanced Life Support (ALS), Basic Life Support (BLS), and Critical Care Transport (CCT), available 24/7, with specific requirements for contractor personnel qualifications, vehicle standards, and compliance with federal regulations. This procurement is crucial for ensuring timely and effective medical transportation for veterans in the designated service areas across Pennsylvania, Maryland, Virginia, and West Virginia. Interested contractors should note that the minimum guaranteed contract amount is $1,000.00, with a maximum ceiling of $2,600,000.00, and proposals are due by December 18, 2025, at 1:00 PM EST. For further inquiries, contact Dan Feng Lu at DanFeng.Lu@va.gov.
    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.
    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--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 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, 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--Pre-Solicitation VA Sierra Nevada Health Care System Air Ambulance Services
    Buyer not available
    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.
    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.
    V226--Amend 0001 | Question Response | Update RFQ | Detroit - NEMT
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Non-Emergency Medical Transportation (NEMT) services for the John D. Dingell VA Medical Center in Detroit, Michigan. The procurement aims to provide both ambulatory and non-ambulatory patient transport, ensuring compliance with federal, state, and local regulations while utilizing the VA's VetRide software for trip management and invoicing. This service is crucial for facilitating patient access to medical care, with the contract covering a base period from January 1, 2026, to September 30, 2026, and extending through three optional ordering periods until April 30, 2029, with an estimated total value of up to $19 million. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by December 16, 2025, and can contact Contracting Officer Robert J. Bolcavage at robert.bolcavage@va.gov or 937.469.1228 for further information.