V225--Non-Emergency Ambulance Services (676) 5-Year Ordering Period 9/1/2025 - 8/31/2030
ID: 36C25225Q0652Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, 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 Non-Emergency Ambulance Services for a five-year period from September 1, 2025, to August 31, 2030. The services will be performed at the Tomah VA Medical Center in Tomah, Wisconsin, as well as at other VA and non-VA medical facilities, under the solicitation number 36C25225Q0652. This procurement is categorized as a set-aside under NAICS code 621910 and PSC code V225, highlighting the importance of reliable transportation services for veterans' healthcare needs. Interested parties must submit their responses by September 18, 2025, at 13:00 Central Time, and can contact Contracting Officer Erika Cannaday at erika.cannaday@va.gov for further information.

    Point(s) of Contact
    Erika A CannadayContract Specialist
    erika.cannaday@va.gov
    Files
    Title
    Posted
    This government Request for Quote (RFQ) from the Department of Veterans Affairs (VA) outlines the requirements for non-emergency ambulance transportation services for the Tomah VA Medical Center and other VA and non-VA medical facilities. The solicitation, identified as 36C25225Q0652, has an offer due date of September 18, 2025, at 1:00 PM CDT. Key aspects include strict adherence to VA facility policies, security, and privacy controls, including compliance with various Federal Acquisition Regulations (FAR) and VA directives concerning information security, data handling, and privacy. Contractors must also comply with specific requirements for records management, product integrity, anti-counterfeiting measures, virus protection, cryptographic standards, and patching governance. The VA emphasizes the importance of secure electronic invoicing through the Tungsten Network and mandates specific training for all personnel accessing VA information systems. Failure to comply with these comprehensive requirements may lead to contract termination.
    The Department of Veterans Affairs (VA) has issued a presolicitation notice for Non-Emergency Ambulance Services (676) to cover a five-year ordering period from September 1, 2025, to August 31, 2030. The solicitation number is 36C25225Q0652, and responses are due by September 18, 2025, at 13:00 Central Time, Chicago, USA. The services will be performed at the Tomah VA Medical Center in Tomah, Wisconsin, and other VA and non-VA medical facilities. The contracting office is located in Milwaukee, WI, and the point of contact is Erika Cannaday (erika.cannaday@va.gov). This is a set-aside procurement under NAICS code 621910 and product service code V225.
    The Department of Veterans Affairs (VA) is conducting market research through a Sources Sought Notice for non-emergency ambulance services for the Tomah VA Medical Center in Wisconsin, its associated Community-Based Outpatient Clinics, and affiliated healthcare clinics. This is not a solicitation but a request for information to identify interested and capable contractors. The services required include Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT) services, with an estimated annual quantity of 300 ALS 1, 750 BLS non-emergency, 150 non-emergent ALS 1, and 100 Critical Care Transport one-way trips, plus mileage and waiting time. The place of performance is primarily Wisconsin, with potential locations in Michigan and Illinois. Responses are due by August 11, 2025, and should include organizational information, capability statements, vehicle fleet size, and documentation of staff capability. The VA will use this information to determine the procurement method and potential socioeconomic set-asides, such as for veteran-owned small businesses (SDVOSBs or VOSBs) or small businesses.
    This attachment to a government RFP, titled "Critical Care Transport Capabilities Confirmation," outlines the mandatory capabilities for offerors providing Critical Care Transports (CCTs) under the contract. Prospective ambulance providers must confirm their ability to transport a comprehensive list of drugs and equipment, up to Tier III, as required by the patient and EMS region. The required drug supply includes various medications such as Acetylcysteine, Amiodarone, Antibiotics, Blood and Blood Products, and Vasopressin. The equipment list specifies items like Chest tubes, Portable mechanical vents (including CPAP), All VADs, CVP lines, Swan-Ganz lines, and SmartPump capability for up to 6 IV drips. Additionally, offerors must possess Zoll X Series Critical Care Monitor capabilities, including continuous 12-lead EKG monitoring, 2-Temperature Monitoring, Automatic Blood Pressure, Capnography, and 2 arterial line monitoring. The document requires a signature from a company representative to confirm their adherence to these criteria, ensuring that contracted ambulance services can meet the demanding requirements of CCTs.
    The Tomah VAMC Ground Ambulance Contract Surveillance Checklist outlines performance objectives and thresholds for ambulance services, vehicle maintenance, and personnel qualifications. Key requirements include 24/7 ambulance availability with a 95% compliance threshold, maintaining clean and orderly vehicles, and submitting vehicle maintenance records. Personnel must be qualified and have completed at least 150 hours of training, conforming to Department of Health and Human Services standards. Additionally, a licensed MTO must provide written sanitation procedures to all personnel, adhering to OSHA bloodborne pathogens protocols. All performance objectives are subject to 100% surveillance to ensure compliance.
    This document is a comprehensive list of zip codes, cities, counties, and states primarily in Wisconsin (WI) and parts of Minnesota (MN). It appears to be a geographical reference or database, likely used for administrative, logistical, or planning purposes within government operations such as federal grants or state/local RFPs where service areas, demographics, or jurisdictional boundaries are relevant. The file meticulously details various locations, categorizing them by zip code, city, county, and state, providing a clear and structured overview of geographical data for these regions.
    This government file appears to be a highly obfuscated or corrupted document, making it impossible to decipher its content, main topic, key ideas, or supporting details. The text consists almost entirely of unreadable characters, repeating patterns, and seemingly random sequences. Without any discernible language or structure, it is not possible to extract any meaningful information or provide a coherent summary within the context of federal government RFPs, grants, or state/local RFPs.
    This government file appears to be an index or table of contents, likely for a larger Request for Proposal (RFP) or grant application. The content is heavily obfuscated with repetitive characters, but the structure indicates a listing of various sections or topics. Key elements identifiable include references to different years (e.g., '&' &&, '&' (,), '&' &'), suggesting a timeline or different phases of a project. There are also mentions of specific components such as 'financial statements', 'performance reports', and 'technical proposals', which are common in government solicitations. The document seems to outline requirements or areas of focus for submissions, possibly related to financial aspects, technical specifications, and project management. The fragmented nature and obfuscation prevent a detailed understanding, but it broadly serves as a structural guide to a more extensive government document, detailing the various sections and their potential relevance.
    This document outlines various financial and administrative processes, detailing procedures for financial transactions, budget management, and operational oversight. It includes sections on procurement, payment processing, and accounting, with specific references to auditing and compliance. The file enumerates different types of financial reports and their preparation, as well as guidelines for asset management and inventory control. It emphasizes the importance of adherence to established financial regulations and internal controls. Additionally, the document covers human resources-related financial aspects, such as payroll and benefits administration, and outlines responsibilities for financial record-keeping and data integrity. The structure suggests it is a comprehensive guide for financial operations within a governmental or large organizational context.
    This government file outlines various administrative and financial procedures, likely for federal grants or RFPs. It details processes for financial reporting, budget execution, and compliance. Key aspects include guidelines for managing funds, ensuring accountability, and adherence to specific regulations. The document emphasizes accurate record-keeping and proper handling of financial transactions. It also covers performance metrics and reporting requirements to ensure projects meet established goals. The structured format suggests a comprehensive framework for overseeing public funds, with a focus on transparency and efficient resource allocation across various government initiatives.
    The provided document outlines various government forms and procedures, categorized by specific identifying codes. These forms cover a wide range of administrative and operational aspects, including budget submissions, grant applications, and compliance reports. Each entry in the document lists a form number, a brief description of its purpose, and often a page number for reference within a larger document or catalog. The structure of the document suggests it is a table of contents or an index for a comprehensive government manual or a collection of official forms. The consistent format, with numerical and alphabetical codes followed by descriptive text, indicates a systematic organization of governmental paperwork. The document's purpose is to provide a clear and organized reference for identifying and locating specific government forms and the procedures associated with them.
    This government file appears to be a highly obfuscated or corrupted document, likely a technical specification or an index from a larger federal government RFP, federal grant, or state/local RFP. Due to the extensive use of unreadable characters and what seems to be a table of contents or section headings with corresponding page numbers, extracting a clear main topic or purpose, key ideas, and supporting details is not possible. The content is predominantly composed of non-standard characters interspersed with what might be fragmented keywords and numerical references, suggesting a heavily encoded or damaged data file rather than a readable text document.
    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--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.
    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.
    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--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--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.
    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.
    V226--Detroit VAMC - Non-Emergency Medical Transportation Base 3 | Start: 1/1/2026
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for non-emergency medical transportation services for the John D. Dingell VA Medical Center in Detroit, Michigan, with a contract start date of January 1, 2026. The contractor will be responsible for providing both ambulatory and non-ambulatory transportation services, including all necessary vehicles, personnel, and management, available 24/7 to meet the needs of the VA and its associated clinics. This service is crucial for ensuring that veterans receive timely and efficient transportation to medical appointments, thereby enhancing their access to healthcare. Interested Service-Disabled Veteran-Owned Small Businesses must submit their quotations by December 16, 2025, at 1 PM EST, with an estimated contract value of up to $19 million.