V225--Unrestricted -AMBULANCE MONTANA QA POP 5/15/2025 - 5/14/2026
ID: 36C25925R0071Type: 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 veterans in Montana, under the solicitation titled "V225--Unrestricted -AMBULANCE MONTANA QA POP 5/15/2025 - 5/14/2026." The contract requires a range of services, including Stretcher Transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT/SCT), available 24/7 to serve over 48,000 veterans across a vast area of 147,042 square miles. This initiative underscores the government's commitment to delivering high-quality healthcare transportation to veterans while ensuring compliance with stringent operational standards and regulatory requirements. Interested parties must submit their offers by May 6, 2025, at 2:00 PM Mountain Time, via email to Contract Specialist Christine Jarvis at christine.jarvis@va.gov.

    Point(s) of Contact
    Christine JarvisContract Specialist
    (303) 712-5784
    christine.jarvis@va.gov
    Files
    Title
    Posted
    The document is a solicitation notice from the Department of Veterans Affairs for ground ambulance services in Montana, seeking quotes through an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. The solicitation number is 36C25925R0071, with a deadline for submission on May 6, 2025, at 2:00 PM Mountain Time. Services required include Advanced Life Support and Basic Life Support, with emphasis on technical capabilities, vehicle safety, staffing qualifications, and communication systems. Interested parties must provide detailed pricing, technical capability statements, a list of equipment, staffing credentials, business licenses, and past performance references within specified formats. The evaluation criteria include price, technical compliance, and past performance, favoring offers that provide the best value to the government. The award period extends from May 15, 2025, to May 14, 2030, and the process follows Federal Acquisition Regulations. Inquiries are to be directed to Contract Specialist Christine Jarvis via email. This procurement aligns with the VA's goal of delivering quality health services to veterans in Montana, ensuring reliable medical transportation services are available within required performance parameters.
    The document outlines an amendment to a combined solicitation regarding a new requirement for ground ambulance services in Montana, managed by the Department of Veterans Affairs. Bids for this contract are due on May 6, 2025, at 2:00 PM Mountain Time, and must be submitted via email to the designated Contract Specialist, Christine Jarvis. The document emphasizes that there is no incumbent for this project, confirming it is entirely new. Furthermore, prospective offerors are required to acknowledge receipt of this amendment in their submissions. Compliance with the stated instructions and documentation is critical, as non-compliant offers may be disqualified from evaluation. This solicitation is identified under the product service code V225 and NAICS code 621910, indicating its healthcare domain related to ambulance services, reflecting the government’s ongoing commitment to supporting veterans’ healthcare needs in the state of Montana.
    The Montana VA Health Care System (MTVAHCS) is seeking contracted non-emergency ambulance transportation services to serve over 48,000 veterans across a vast area of 147,042 square miles. The contractor must provide a range of services, including Stretcher Transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT/SCT), available 24/7. Strict requirements for contractor personnel, including EMTs and paramedics, emphasize qualifications, background checks, and conduct during service. Contractors are responsible for patient welfare, adherence to federal, state, and local regulations, and quality control measures, including a Quality Control Plan (QCP). Transportation requests must be conducted using the VetRide Vendor Portal, tracking various metrics and ensuring compliance with invoicing protocols. The contract spans an initial year with up to four optional renewals. This initiative demonstrates the government’s commitment to providing efficient, high-quality healthcare transportation to veterans, while ensuring all service providers meet stringent operational standards and regulatory compliance to safeguard both patient care and contractor accountability.
    The document presents a detailed price schedule for ambulance services, covering various types of medical transports from Advanced Life Support to Wheelchair Van Transportation. It specifies requirements for each service line item over multiple contract years, detailing base rates that include the first 15 miles for one-way trips. The format includes identifiers for each service (e.g., A0422 for Advanced Life Support), estimated quantities for a 12-month period, units of issue, and instructions that a price quote is mandatory to achieve technical acceptance for contract consideration. Estimated quantities vary across contract years, with increasing numbers for non-emergency and basic life support transports, indicating a responsive market demand. The file aims to establish a clear understanding of cost expectations for bidders involved in government RFPs related to emergency transport, showcasing regulatory compliance and service standards necessary in public health and safety sectors. Overall, it serves as a roadmap for potential contractors to prepare their bids accurately while underscoring the importance of reliable emergency medical services in the community.
    The document outlines requirements for Critical Care Transport (CCT/SCT) capabilities for ambulance providers participating in a government contract. Prospective offerors are mandated to confirm their ability to transport specified drugs and medical equipment, classified under Tier III based on the EMS region operations. A detailed list of required supplies includes critical medications such as acetylcysteine, amiodarone, and various IV drugs, alongside essential equipment like portable mechanical ventilators and blood products. Offerors must ensure they have the necessary technology, including a Zoll X Series Critical Care Monitor capable of continuous patient monitoring, including EKG and blood pressure readings. The document emphasizes the need for compliance with specified health and safety standards during transport operations, with providers required to sign a confirmation form attesting their capability to meet these criteria. This initiative reflects the government's commitment to maintaining high standards in emergency medical services through rigorous provider qualifications.
    The Performance Work Statement (PWS) outlines protocols for the Veterans Transportation Service (VTS) regarding the transportation of patients, particularly in the context of infectious diseases such as COVID-19. It emphasizes adherence to Standard Precautions, which include hand hygiene, the use of personal protective equipment (PPE), and vehicle cleaning protocols. For routine transports, required PPE includes facemasks and gloves, while additional measures are mandated for COVID-19 transports, such as fit-tested N95 respirators and eye protection. The document specifies procedures for donning and doffing PPE, cleaning vehicles post-transport, and managing patients suspected of infectious diseases to minimize risk of transmission. A critical aspect is ensuring that all personnel are trained and follow established protocols for exposure reporting and health monitoring due to potential COVID-19 exposure. Overall, this PWS serves as a comprehensive guide for VTS personnel to ensure patient safety and infection control during transport, aligning with CDC recommendations, while maintaining operational continuity in emergency medical services. The document underscores the importance of rigorous infection prevention procedures in the context of ongoing public health challenges.
    The Quality Assurance Surveillance Plan (QASP) for Ground Ambulance Services outlines the government's strategy to ensure that contractors meet the performance standards established in contracts. The QASP distinguishes between the contractor's Quality Control Plan (QCP) and the government's oversight role in monitoring contract compliance. Key government personnel include the Contracting Officer (C.O.) and the Contracting Officer's Representative (COR), responsible for supervising contract performance and reporting findings. Quality assurance surveillance methods encompass customer feedback, 100% inspections, periodic inspections, and random monitoring, all documented in a Surveillance Activity Checklist. The plan includes specific performance standards that contractors must meet, measuring compliance with the Acceptable Quality Level (AQL). Non-compliance may trigger payment deductions as incentives for maintaining service quality. Regular progress meetings between the C.O. and COR are mandated to evaluate performance, ensuring that any sub-standard services are addressed promptly. This QASP underscores the government’s commitment to transparency and high standards in contracted services, specifically aimed at enhancing quality in ambulance services for veterans and other stakeholders.
    The document outlines the framework for managing federal grants, Request for Proposals (RFPs), and the processes involved in obtaining state and local funding. It emphasizes compliance with standards and regulations while promoting efficient allocation of resources. Key elements include eligibility criteria, submission guidelines, evaluation metrics, and reporting requirements. The structure details the responsibilities of grant recipients, the importance of timely documentation, and the processes for monitoring project outcomes. Overall, the purpose is to ensure transparent, equitable distribution of funding while fostering collaboration between government entities and organizations receiving grants, thus aiming to achieve targeted outcomes in community development and public service improvements. This strategic overview underscores the government's commitment to effective resource management in addressing community needs through grant programs.
    The document appears to be a corrupted or partially unreadable government file, preventing any coherent extraction of content related to federal RFPs, grants, or related state/local initiatives. As a consequence, the main topics and key ideas cannot be effectively identified or summarized due to the overwhelming mixture of unrecognizable symbols and fragmented data. The prevalent theme throughout government filings such as RFPs and grants typically involves calls for proposals or applications for funding administered by federal or state agencies, aimed at private entities, non-profits, or other governmental organizations. Standard components include project descriptions, funding eligibility, submission requirements, evaluation criteria, and deadlines. Given the lack of decipherable information in this instance, it is not possible to present a structured summary or analysis based on typical government documentation. This loss of critical context and content presents a significant barrier to fulfilling the usual requirements for analyzing and summarizing government files effectively.
    The document is an extensive and complex record, likely related to federal or state RFPs and grants. While the content appears disorganized and contains various symbols and data, it generally seems to focus on proposals for government-funded projects, highlighting crucial aspects such as compliance, safety, and environmental considerations. It outlines expectations for contractors, including their obligations regarding hazardous materials management, project safety standards, and adherence to established protocols. The document implies a need for thorough assessments and evaluations, possibly related to construction or environmental remediation projects. The overarching theme emphasizes the importance of adhering to regulations and ensuring that projects align with federal and state grant requirements. This serves as a reminder for prospective bidders and stakeholders to maintain a focus on compliance and safety in all project undertakings.
    The document outlines various aspects related to federal and state/local Requests for Proposals (RFPs) and grants, highlighting their significance in securing funding for projects across different agencies. The main topic revolves around funding mechanisms that enable local and federal governments to address specific needs through structured proposals. Key ideas include the requirements for proposal submissions, expected outcomes, and the evaluation criteria used to assess applicants. It addresses compliance with federal regulations, the necessity for detailed project plans and budgets, and the importance of aligning proposals with governmental priorities. The structure of the document likely includes sections detailing the types of grants available, eligibility criteria, and the application process, emphasizing the need for transparency and accountability in financial disbursements. The overarching theme is the critical role of RFPs and grants in facilitating governmental projects aimed at community improvement, infrastructure development, and service delivery enhancements.
    The document appears to be an extensive, corrupted text file that does not clearly convey any single cohesive message or topic. The content includes a series of disorganized characters, making it impossible to extract meaningful information or summarize key ideas effectively. There are indications of topics potentially related to government proposals, grants, or requests for proposals (RFPs), but due to the file's corrupted state and lack of structured information, no concise summary can be articulated. The file does not follow a logical progression or present clear points, resulting in a text that fails to meet the characteristics typical of government documents concerning RFPs and grants. Instead, it remains largely indecipherable due to its corrupted nature.
    The document encompasses numerous aspects of federal and state RFPs (Requests for Proposals), federal grants, and state/local contracts aimed at various government initiatives. It outlines the overarching goal of streamlining the process by making funding opportunities more accessible to potential applicants, specifically targeting community improvement projects, infrastructure enhancements, and public service enhancements. Additionally, the document addresses the evaluation criteria for applicants, highlighting the importance of project feasibility, community impact, and alignment with governmental priorities. The inclusion of compliance with federal regulations, budgetary considerations, and transparency in the funding process forms an essential part of the proposal requirements, providing clarity on what is expected from potential grantees. Supporting details point to an emphasis on collaboration between federal and local governments to achieve shared objectives while ensuring accountability throughout the implementation of funded projects. The overarching tone is one of transparency and encouragement for innovative project proposals that foster community development and engagement. Overall, this document serves as a vital resource for understanding the procedural landscape of government funding opportunities and the necessary steps for organizations wishing to engage with federal and state programs.
    The provided document is an informal compilation of various topics and data, likely linked to federal or state RFPs or grants. It appears to include elements related to grant funding processes, project evaluations, and budget considerations. Key themes revolve around compliance, coordination of health and safety measures, and the importance of documentation in grant applications or requests for proposals. There are mentions of requirements for project management procedures, oversight mechanisms, and adherence to federal regulations. The document may serve government agencies or organization entities involved in grant writing or proposal submissions, emphasizing the necessity for transparency, thorough planning, and effective communication among stakeholders. The structure seems disorganized and includes fragments, possibly indicating its status as a draft or working document. Overall, the material underscores crucial aspects of funding programs, informed by compliance and risk management protocols tailored for governmental projects.
    The document appears to be a fragmented and corrupted government file related to Requests for Proposals (RFPs) and grants at the federal, state, and local levels. While much of the content is illegible, the intention seems to revolve around the provision of funding or contracting opportunities for various programs or initiatives. Key ideas may include guidelines for submitting proposals, eligibility criteria for applicants, and the purpose of the funding, which likely supports community projects or federal initiatives. Given the context of federal grants and RFPs, the document might emphasize adherence to regulations, compliance requirements, and timelines for submission. Through its intended purpose, the document underscores the government’s outreach to engage stakeholders and promote participation in providing services or projects aimed at public benefit. As such, the file serves as a crucial reference for potential contractors or grant seekers, aiming to ensure transparency and accountability in the procurement process.
    The document discusses a federal initiative regarding the procurement and grant programs managed at various governmental levels, including federal and state. It outlines the processes for Requests for Proposals (RFPs) and grants, emphasizing the importance of these funding opportunities to facilitate various projects that address community needs and development goals. The main objectives include transparency in procurement, compliance with regulations, and ensuring that projects align with policy goals. The initiative seeks to encourage innovation and engagement from local agencies and organizations while maintaining strict adherence to budgetary constraints and timelines. By fostering collaboration, this approach aims to enhance service delivery to communities, ultimately improving overall quality of life through strategic investments. This initiative shows the government's commitment to responsible funding and project management practices to support state and local development efforts.
    The document is a governmental record that addresses various aspects related to Request for Proposals (RFPs) and grants at federal, state, and local levels. It emphasizes the importance of compliance with regulatory standards, safety protocols, and systematic processes involved in grant applications and project proposals. Key topics include guidelines for submitting proposals, eligibility criteria for funding, required documentation, and emphasis on transparency and accountability. The structure of the document appears disorganized due to content formatting issues, making it challenging to extract specific details or comprehensive sections. Overall, the document provides a framework that guides potential applicants in aligning their projects with government expectations, ensuring that all initiatives adhere to established policies. It aims to facilitate effective communication between the government and stakeholders, emphasizing the essential nature of thorough planning and articulation in proposals. Despite the formatting challenges, the core message stresses the need for diligent adherence to government regulations in all funding pursuits, underscoring a commitment to integrity and due diligence in the procurement process.
    The document appears to be a corrupted file with a significant amount of unreadable text, rendering it ineffective for extracting coherent information. Given the context of government Requests for Proposals (RFPs), federal grants, and local RFPs, one could assume that it may have contained details about funding opportunities or project proposals relevant to government sectors. Unfortunately, the illegible content prevents identifying clear topics, key ideas, or supporting details typically expected in such documents. As a result, no substantive summary can be provided. The document should be reviewed for restoration or reconstruction to be useful in a governmental context.
    The document appears to contain a significant amount of corrupted text, rendering it largely illegible. As a result, its main topic and associated key ideas are difficult to ascertain. From the discernible fragments, it seems to relate to federal and state RFPs (Requests for Proposals) and grants, potentially outlining specifications or criteria for proposal submissions, evaluation processes, or funding opportunities. The structure of the document likely includes sections that would cover the application process, eligibility requirements, and reporting standards necessary for compliance. However, due to the corrupt state of the document, it's not feasible to extract or summarize specific details accurately. This challenges any further analysis regarding the actual purpose, key points, or recommendations that the original document intended to convey. A complete review of an uncorrupted version of the file would be necessary for an informed summary.
    The document appears to contain unintelligible text and corrupted data, rendering it unreadable and unsuitable for analysis. It is likely part of a larger body of government files related to federal requests for proposals (RFPs), grants, and local tenders. Typically, such documents outline project requirements, funding opportunities, eligibility criteria, and application processes for various programs aimed at improving community services, infrastructure, or policy initiatives. However, due to the corruption and lack of coherent content, no specific information, topic, or actionable details can be discerned or summarized. The intended context, which likely centers around governmental procedures for public funding and project procurement, remains obscured by the file's state. As a result, a constructive summary cannot be provided at this time because the necessary information is not accessible.
    The government document primarily discusses the allocation and management of federal and state grants and Requests for Proposals (RFPs) aimed at funding various public projects. The main topic revolves around ensuring transparency, compliance, and strategic priority in fund usage, emphasizing the importance of aligning project goals with federal and local regulations. Key points include methodologies for evaluating proposals, criteria for grant eligibility, and the importance of documenting outcomes for accountability. There is also a focus on fostering collaboration between government entities and community organizations to maximize the impact of funded initiatives. Additionally, the document highlights the procedural requirements for submitting proposals and the evaluation process that includes criteria such as project viability, cost-effectiveness, and potential benefits to the community. Overall, the purpose is to guide stakeholders in navigating the complexities of government funding processes, ensuring that projects meet intended objectives while adhering to established governance frameworks.
    The Veterans Health Administration (VHA) Directive 1605.05 outlines the policies and requirements for establishing and managing Business Associate Agreements (BAAs) between Department of Veterans Affairs (VA) health care facilities and business associates. Key updates in this directive include the integration of new policies, updated responsibilities, categories of BAAs, and management tools such as decision trees and templates. The directive mandates that a BAA is necessary for any entity that creates, receives, maintains, or transmits protected health information (PHI) for VHA. It enforces compliance with HIPAA and the HITECH Act, emphasizing the protection of PHI. The directive assigns specific responsibilities to various VHA officials to ensure compliance, oversight, and training related to BAAs. It categorizes agreements into national and local variants, requiring careful consideration during procurement processes. The document is scheduled for recertification by November 2025 and includes a structured flow for maintaining BAA compliance and addressing potential privacy or security incidents. This directive is vital for safeguarding sensitive health information and establishing clear operational standards in VA health care facilities.
    Lifecycle
    Title
    Type
    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--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--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--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--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.
    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.
    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.
    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.
    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.
    V226--Amend 0001 | Question Response | Update RFQ | Detroit - NEMT
    Veterans Affairs, Department Of
    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.