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

Buyer

DEPARTMENT OF VETERANS AFFAIRSVETERANS 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 (VA) is soliciting bids for ambulance services at the Dayton VA Medical Center, with a contract start date of March 1, 2026. This procurement is specifically set aside for small businesses under the Small Business Administration (SBA) guidelines, focusing on providing Advanced Life Support (ALS) and Basic Life Support (BLS) services. The contract will cover a base period and two additional one-year ordering periods, emphasizing compliance with IT security requirements and federal regulations. Interested contractors must submit their quotations by December 29, 2025, 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
    This document is an amendment to a previous combined solicitation, number 36C25026Q5521, for ambulance services. The solicitation, issued by the Department of Veterans Affairs, Dayton VA Medical Center, is a follow-on base plus three contract. The services are scheduled to begin on March 1, 2026. Responses are due by December 26, 2025, at 13:00 Eastern Time. This solicitation is a set-aside for the Small Business Administration (SBA) with a NAICS code of 621910 and a product service code of V225. The place of performance is the Dayton VA Medical Center at 4100 West Third Street, Dayton, OH 45428. Robert Bolcavage is the contracting officer and point of contact.
    This document is an amendment to a previous combined solicitation, 36C25026Q5521, for ambulance services, identified as "Follow on Base 3," with a start date of March 1, 2026. The solicitation is issued by the Department of Veterans Affairs, Dayton VA Medical Center, located in Kettering, OH, with the place of performance at the Dayton VA Medical Center in Dayton, OH. The response deadline for this solicitation is December 29, 2025, at 13:00 Eastern Time. This is a Small Business Administration (SBA) set-aside procurement under NAICS code 621910 and product service code V225. The point of contact for this solicitation is Robert Bolcavage, a Contracting Officer. The amendment also references two attached documents: "D.7 36C25026Q5521 0002" and "D.8 Statement of Start Date Confirmation."
    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.
    The Department of Veterans Affairs, Network Contracting Office (NCO) 10, issued Amendment 0001 to Solicitation 36C25026Q5521. This amendment extends the offer receipt deadline to December 29, 2025, at 1:00 PM EST. Its primary purpose is to address vendor questions and clarify requirements for the Total Small Business Set-Aside contract. Key clarifications include confirmation of the small business set-aside status, details regarding pricing for dry runs/cancellations, and the absence of a separate CLIN for staging. The amendment also specifies required submission items for compliance, such as proof of insurance, an active EMTFS license for the prime contractor, and past performance documentation. It also clarifies that certain clauses from FAR 52.215-2 are to be disregarded. All other terms and conditions of the solicitation remain unchanged. Vendors are required to sign and submit all amendments, acknowledging them in section B.1 of the RFQ to avoid elimination from competition.
    Amendment 0002 to Solicitation 36C25026Q5521 for VA-VHA-RPOC-2024-0084, issued by the Department of Veterans Affairs, Network Contracting Office 10, revises the original solicitation. The primary purpose of this amendment is to include D.8 Statement of Start Date Confirmation as a required attachment. This document must be submitted by offerors to be considered compliant and eligible for award. All other terms and conditions of the solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offer is considered.
    The document "D.8 Memorandum to Confirm Operational Date" is a critical component of a government Request for Proposal (RFP) or contract, specifically for solicitation 36C25026Q5521. Its primary purpose is to confirm the contractor's intended operational start date for performing all required services. The government has set an expected contract start date of March 1st, 2026. Contractors are given two options: either confirm their ability to be fully operational by March 1st, 2026, or request additional days beyond the contract award date for a ramp-up period, providing an estimated operational date. The memorandum requires the signee's printed name, title, signature, date, and the company's name and address, indicating its role in formalizing commitments within the contracting process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Loading similar opportunities...