V225--Ambulance Transportation Service Ann Arbor VA Medical Center
ID: 36C25024R0182Type: 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)
Timeline
    Description

    The Department of Veterans Affairs is seeking quotes for ambulance transportation services for the LTC Charles S. Kettles VA Medical Center in Ann Arbor, Michigan, along with its Community-Based Outpatient Clinics. The procurement aims to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, requiring the contractor to provide Basic and Advanced Life Support ambulance services, ensuring compliance with federal and state regulations while maintaining high standards of patient safety and service quality. This contract, valued at approximately $22.5 million, is crucial for delivering timely and effective transportation services to veterans, emphasizing the importance of accessibility to healthcare. Interested vendors must submit their proposals by September 20, 2024, at 3:00 PM Eastern Time, and can direct inquiries to Christopher Gundy at christopher.gundy@va.gov or by phone at 734-222-7168.

    Point(s) of Contact
    Christopher D GundyBranch Manager
    christopher.gundy@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting quotes for ambulance transportation services for the LTC Charles S. Kettles VA Medical Center in Ann Arbor, Michigan, including its associated Community-Based Outpatient Clinics. This presolicitation notice indicates the intention to award a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract categorized under the NAICS Code 621910, which has a size standard threshold of $22.5 million. The response deadline for interested parties is set for September 20, 2024, at 3:00 PM Eastern Time. Proposals must be directed to the Network Contracting Office 10, located at the same address as the medical center. The contact person for this solicitation is Christopher Gundy, who can be reached via email. The announcement aligns with the government's objective to ensure reliable ambulance services for veterans, emphasizing care accessibility and quality in transportation support.
    The solicitation from the Department of Veterans Affairs seeks a contractor to provide Basic and Advanced Life Support ambulance services for the LTC Charles S. Kettles VA Medical Center in Ann Arbor, Michigan. The successful vendor will deliver all necessary personnel, vehicles, management, and equipment for emergency and non-emergency transport services, available 24/7. The contract spans five years with a significant budget of approximately $22.5 million. Contractor responsibilities include maintaining qualified medical personnel, ensuring compliance with federal and state regulations for ambulance services, and using the VetRide Vendor Portal for transportation requests and invoicing. Response times for emergent transport must be within 30 minutes of request. The contractor must also uphold quality control standards and adhere to strict patient welfare and safety protocols. Inquiries regarding the RFP must be made in writing by specified deadlines. The document outlines all necessary requirements, the process for invoicing, and emphasizes compliance with all operational and regulatory guidelines during service provision. This RFP illustrates the VA’s commitment to providing comprehensive care for veterans through improved transport services.
    The document outlines a Request for Proposal (RFP) for Basic and Advanced Life Support Ambulance Services at the Charles S. Kettles VA Medical Center. It specifies various service line items, including non-emergency transport within a 25-mile radius, mileage charges beyond the base distance, cancelation fees, and fees for wait time, all categorized under specific line item numbers (e.g., 1001, 2001, etc.). The contract spans five years, from October 20, 2024, to October 19, 2029, with a consistent unit price of $1.00 for various quantities across different service needs, leading to an estimated total contract value of $162,995.00 annually, with each line item accumulating to $32,599. This RFP serves the purpose of acquiring ambulance services for the VA Medical Center and is structured to facilitate bidding from potential contractors, ensuring they provide comprehensive and responsive emergency transport services for veterans. The detailed fee structure and estimated quantities are designed to support budget forecasting and resource allocation as part of the VA's commitment to quality healthcare services.
    The Quality Assurance Surveillance Plan (QASP) is a government document designed to ensure that contractors meet Performance Based Acquisition (PBA) standards in providing BLS/ALS ambulance services. It delineates the roles and responsibilities between the government and contractors, highlighting that contractors must develop a Quality Control Plan (QCP) for performance metrics approval, while the QASP focuses on government oversight of these efforts. Key personnel include the Contracting Officer (C.O.), who ensures contract compliance, and the Contracting Officer’s Representative (COR), who conducts technical oversight. Surveillance methods include customer feedback, 100% inspections, periodic inspections, and random monitoring, with specific performance standards defined for timely ambulance service, patient safety, vehicle maintenance, and employee training. The government may impose payment deductions as incentives for meeting or failing to meet these performance standards. Monthly progress meetings between the C.O. and COR assess contractor performance and identify areas for improvement. Overall, this QASP is essential for maintaining quality service in government-funded ambulance operations, ensuring accountability and performance alignment with contract expectations.
    The VA Ann Arbor Healthcare System conducted a surveillance inspection for a Ground Ambulance contract focusing on key performance objectives related to ambulance service delivery. The contract stipulates that ambulance services must be available 24/7 throughout the year, achieving a 95% compliance rate for response times. Patient safety is prioritized, mandating that vehicles are maintained cleanly and free from hazards, with a performance threshold also set at 95%. Surveillance methods include periodic and random inspections to ensure compliance with these objectives. Furthermore, the document emphasizes maintaining vehicle maintenance files, requiring a 97% compliance rate, with successful monitoring confirming a 100% success. Contractor personnel must complete mandatory privacy and security training, achieving similar compliance rates. Additionally, training for Emergency Medical Technicians (EMTs) and Critical Care Transport Paramedics must meet specific health standards, which has also been met with 100% compliance. The overall objective is to ensure high-quality, safe transportation services for veterans while adhering to all established guidelines and regulations.
    The document titled “Register of Wage Determinations Under the Service Contract Act” outlines the wage and fringe benefit requirements for contractors engaging in federal service contracts, particularly in Ohio’s Fulton, Lucas, and Wood counties. It specifies minimum wage rates based on Executive Orders 14026 and 13658, with adjustments set for 2024. The minimum wage for contracts post-January 30, 2022, is $17.20 per hour, while contracts awarded earlier must adhere to a minimum of $12.90 per hour if not renewed. Detailed wage rates for various occupations, including administrative, automotive, food service, healthcare, and technical support positions, are presented alongside fringe benefits, which include health and welfare benefits, vacation, and paid holidays. The document emphasizes comprehensive requirements for contractor compliance with labor protections, including nature of duties for certain roles and necessary differentiations for exempt employee classifications. A process for requesting wage conformances for unlisted occupations is outlined, ensuring fair compensation aligned with federal standards. The overarching goal is to ensure fair pay and benefits for workers under federal contracts, emphasizing adherence to labor laws as part of the government procurement process.
    The document outlines the wage determination under the Service Contract Act, published by the U.S. Department of Labor, providing the minimum wage rates applicable to service contracts in Washtenaw County, Michigan. It specifies that contracts signed after January 30, 2022, must pay a minimum hourly wage of at least $17.20 according to Executive Order 14026. Rates for various occupations, such as clerical, automotive, food service, and technical positions, are detailed, ensuring compliance with federal wage standards. Additionally, the document highlights health and welfare benefits, paid sick leave, vacation time, and holidays mandated for all employees under applicable contracts. It emphasizes the contractor’s obligations regarding uniform allowances and safety provisions. The document closes with information on the conformance process for occupations not listed, outlining the steps contracting officers and contractors must follow to ensure fair compensation. This wage determination is critical for contractors seeking to comply with federal contracting standards and protect worker rights.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act. It outlines minimum wage rates and fringe benefits required for various occupations in Michigan's Wayne County, applicable to contracts entered into or renewed after specified dates. For contracts after January 30, 2022, the minimum wage is set at $17.20 per hour; earlier contracts remain under the prior requirement of $12.90 per hour unless higher rates are established. Occupational codes detailing specific roles and corresponding wage rates are provided, covering diverse fields such as administrative support, automotive services, and health occupations. The document also discusses additional employee benefits, such as health and welfare contributions, paid sick leave under Executive Order 13706, and vacation policies. Furthermore, it outlines requirements for classifying and compensating unlisted job classifications through a conformance process, ensuring fair compensation for all employees. The regulations aim to ensure compliance with federal wage standards while emphasizing worker protection and fair treatment in contractual agreements. This determination is crucial for contractors engaged in federal, state, or local projects, ensuring adherence to labor rights and wage laws.
    The document outlines Wage Determination No. 2015-4841 under the Service Contract Act, updated as of April 30, 2024, by the U.S. Department of Labor. It sets forth minimum wage requirements and fringe benefits for various occupations in Genesee County, Michigan. Contracts awarded after January 30, 2022, must pay covered workers at least $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require at least $12.90 per hour unless higher rates are specified. The document provides detailed wage rates for over 200 job classifications ranging from administrative to technical, maintenance, and health services, identifying specific pay levels for each role. Additionally, it mandates health and welfare benefits, vacation time, and holiday pay. Compliance with Executive Order 13706, which establishes paid sick leave for federal contractors, is also stipulated. The structure addresses minimum wage regulations, occupational definitions, and conformance processes for unlisted job classifications. This comprehensive outline serves as a guideline for contractors participating in federal grants and contracts, ensuring fair compensation and compliance with labor standards.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act. It outlines minimum wage rates that contractors must pay workers on federal service contracts based on contract dates and applicable Executive Orders. For contracts starting or renewed post-January 30, 2022, the minimum wage is $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $12.90 per hour. It details specific wage rates for various occupations in Jackson County, Michigan, across categories like administrative support, automotive service, food preparation, and health occupations, specifying additional benefits for health, welfare, vacation, and holidays. It emphasizes compliance with paid sick leave requirements established by EO 13706. Furthermore, the document outlines procedures for requesting additional classifications and wage rates for unlisted occupations. This comprehensive guide assists contractors in adhering to labor laws and ensuring fair compensation for employees under the Service Contract Act.
    The document outlines Wage Determination No. 2015-4857, issued by the U.S. Department of Labor under the Service Contract Act. It details minimum wage requirements for federal contracts based on Executive Orders 14026 and 13658, with rates set at $17.20 and $12.90 per hour respectively, effective for work performed in 2024. Wage rates are specified for various occupations, primarily in Michigan's Eaton and Ingham counties, including positions in administrative support, automotive service, healthcare, and technical professions. Additionally, the document emphasizes fringe benefits including health and welfare payments, paid vacation, and mandated paid sick leave under EO 13706. The purpose of the document is to ensure compliance with federal wage legislation for contractors and subcontractors involved in government projects. It outlines provisions for negotiating classifications and wage rates not explicitly listed in the wage determination, including a process for conformance requests. This comprehensive wage determination serves as a critical reference for contractors participating in federal and possibly state or local RFPs, ensuring fair compensation and benefits for workers engaged in government contracts.
    This document is the Wage Determination No. 2015-4859 released by the U.S. Department of Labor's Wage and Hour Division under the Service Contract Act. It outlines the minimum wage rates required for various occupations in Monroe County, Michigan, applicable to federal contracts beginning or renewed after January 30, 2022, and established wage rates for prior contracts. Notably, contracts subject to Executive Orders 14026 and 13658 must adhere to minimum wage guidelines—$17.20 for current contracts or $12.90 for previous ones, reflecting increased wage mandates. The report details occupational classifications, their associated wage rates, and potential fringe benefits expected from contractors, including health care, paid time off, holidays, and sick leave under Executive Order 13706. The document emphasizes compliance requirements for contractors and outlines the process for adjusting wage classifications through a conformance request if unlisted jobs are included in contracts. This determination aids in ensuring fair compensation for workers on federal contracts, fostering adherence to labor standards in government-funded services. Compliance with the outlined wage determination is essential for maintaining labor standards in federally financed projects.
    The document details Wage Determination No. 2015-4867 issued by the U.S. Department of Labor under the Service Contract Act (SCA). It outlines minimum wage and benefits requirements for various occupations in Michigan counties, effective from 2024. For contracts awarded post-January 30, 2022, the minimum wage is set at $17.20 per hour, while contracts awarded between January 1, 2015 and January 29, 2022 must pay at least $12.90 per hour, unless a higher rate is specified. A comprehensive list of specific job classifications and corresponding hourly wage rates is included, along with fringe benefits such as health and welfare provisions, vacation, and holiday pay. The document imposes regulations like mandatory paid sick leave for contractors and establishes guidelines for classifying unlisted occupations on federal contracts. Additionally, it states that certain positions, such as executive or administrative roles in the computer field, are exempt from these wage regulations. This wage determination is crucial for ensuring fair compensation for workers under federal contracts and serves as a regulatory framework within the context of government contracts and grants.
    The document outlines the Wage Determination No. 2015-4869 under the Service Contract Act, detailing compensation requirements for federal contracts subject to Executive Orders 14026 and 13658. For contracts awarded or renewed after January 30, 2022, the minimum wage is set at $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, maintain a minimum of $12.90 per hour if not extended beyond the latter date. It provides a comprehensive list of occupations and their corresponding wage rates in Michigan's Livingston County, noting fringe benefits such as health and welfare, vacation, and paid sick leave under Executive Order 13706. Each classification’s rates are specified, with some requiring compliance with higher federal minimums. The document emphasizes contractors' obligations to ensure equitable compensation and benefits for workers, reinforcing the government's commitment to labor standards. The summary underscores essential information relevant to federal RFPs and grants while addressing policy alignment with worker protections.
    The document outlines the wage determination for contracts subject to the Service Contract Act (SCA) as managed by the U.S. Department of Labor. It provides crucial information on minimum wage requirements based on recent Executive Orders, specifically detailing wages assigned to various job classifications in Lenawee County, Michigan. Contractors must adhere to minimum wage rates of at least $17.20 per hour under Executive Order 14026 for contracts initiated or renewed after January 30, 2022, or $12.90 per hour under Executive Order 13658 for contracts awarded between January 1, 2015, and January 29, 2022. The document lists detailed wages for numerous job categories encompassing administrative, automotive, food service, health, mechanics, and protective services, highlighting rates and corresponding benefits, such as health and welfare provisions. Important directives on paid sick leave under Executive Order 13706 are included, mandating sick leave accrual for employees of federal contractors. Additionally, compliance guidelines for uniform allowances and conformance processes for unlisted job classifications are provided. This comprehensive wage determination serves to ensure fair compensation and benefits for federal contracting workers, reflecting the government's commitment to labor rights within the framework of federal grants and contracting opportunities.
    The document details Wage Determination No. 2015-4883 issued by the U.S. Department of Labor under the Service Contract Act, which mandates minimum wage rates and fringe benefits for federal contractors. Effective from April 25, 2024, it outlines wage requirements based on contracts awarded under two executive orders: Executive Order 14026, which sets a minimum wage of $17.20 per hour for contracts initiated or renewed on or after January 30, 2022, and Executive Order 13658, imposing a $12.90 minimum wage for contracts awarded between January 1, 2015, and January 29, 2022. The document specifies applicable wage rates for various occupational categories in specific Michigan counties, including administrative, automotive, health, service, and technical occupations. Additionally, it emphasizes mandatory fringe benefits like health and welfare compensation and paid sick leave under Executive Order 13706. The regulations and processes for classifying unlisted occupations and adjusting wage rates are also outlined. Overall, the document aims to ensure fair compensation and benefits for workers engaged in federal contracts, enhancing labor protections and compliance with federal standards.
    Similar Opportunities
    V212--Non-Emergent Patient Transportation Contract Detroit VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for a Non-Emergent Patient Transportation Contract for the John D. Dingell VA Medical Center in Detroit, Michigan. The procurement aims to secure wheelchair van and taxi transportation services for veterans, ensuring timely and safe transport to medical appointments across various facilities, including Community Based Outpatient Clinics. This three-year Indefinite Delivery Indefinite Quantity (IDIQ) contract is crucial for enhancing veterans' access to healthcare services, with a start date of January 1, 2025, and a size standard of $19 million under NAICS Code 485991. Interested contractors should contact Christopher D. Gundy at christopher.gundy@va.gov for further details and to submit proposals by the specified deadline.
    Ambulance Services Lexington VA Healthcare System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide ground ambulance services for the Lexington VA Healthcare System and its affiliated Community-Based Outpatient Clinics (CBOCs). The procurement involves a Blanket Purchase Agreement (BPA) for both non-emergency and emergency medical transportation services, including stretcher transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT) on a 24/7 basis, with a contract duration from October 1, 2024, to September 30, 2029. This initiative is crucial for ensuring high-quality transportation services for veterans, adhering to strict federal, state, and local regulations while maintaining high standards of patient care and operational efficiency. Interested parties should contact Shawn Hendricks at shawn.hendricks@va.gov for further details regarding the solicitation document 36C24924Q0415.
    V999--Bus Transportation Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for bus transportation services to support the VA Greater Los Angeles Healthcare System (VAGLAHS) under solicitation number 36C26224R0093. This firm-fixed-price contract, set aside exclusively for small businesses, has a total award amount of $19 million and aims to provide reliable transportation for veterans and their caregivers to medical appointments from 2025 through 2030, with options for contract extension. The contractor will be responsible for ensuring safe transport, maintaining operational efficiency, and adhering to safety regulations, including the implementation of a Quality Assurance Plan. Interested vendors must submit their proposals by September 23, 2024, at 3 PM Pacific Time, and can contact Contract Specialist Danielle Carroll at danielle.carroll4@va.gov for further information.
    V225--Wade Park Ground Ambulance | New | Base 1 | Start: 1/1/25
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for ambulance services at the Wade Park Veterans Affairs Medical Center in Cleveland, Ohio, with a contract set to commence on January 1, 2025. The procurement aims to provide Advanced Life Support (ALS) and Basic Life Support (BLS) ambulance services, ensuring that veterans receive reliable and timely medical transport while adhering to stringent safety and operational standards. Interested contractors must maintain necessary licenses, provide trained personnel, and comply with federal regulations, including wage determinations and subcontracting limitations. Proposals are due by September 20, 2024, at 1:00 PM Eastern Time, and inquiries can be directed to Contracting Officer Robert Bolcavage at robert.bolcavage@va.gov.
    V225--Non-emergency ambulance transportation services for the Sioux Falls SD VAHCS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide non-emergency ambulance transportation services for the Sioux Falls VA Health Care System (VAHCS). The procurement aims to identify potential sources capable of delivering essential transport services, including stretcher transport, Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT) on a 24/7 basis. This initiative is crucial for ensuring reliable and timely transportation for veterans to various medical facilities, emphasizing the VA's commitment to enhancing service delivery. Interested parties must submit their responses by September 19, 2024, at 10:00 AM CST, and inquiries should be directed to Senior Contracting Officer Joshua I Imdacha via email at Joshua.Imdacha@va.gov.
    Special mode transportation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for special mode transportation services for eligible beneficiaries of the VA Eastern Kansas Healthcare System. The contractor will provide assisted medical transportation, including taxi services for ambulatory patients, wheelchair vans, and litter vehicles for non-ambulatory patients, primarily serving the Colmery-O’Neil VA Medical Center in Topeka and the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. This contract, valued at $19 million, will be awarded as an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for a base year with four option years, emphasizing the importance of safe and reliable transportation for veterans. Interested Service-Disabled Veteran-Owned Small Businesses must complete the attached document and submit their proposals via email to Stephen Parrott at Stephen.Parrott@va.gov by the specified deadline.
    Air Ambulance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking contractors to provide air ambulance services for the Southern Nevada VA Healthcare System, as outlined in solicitation number 36C26124Q1062. The procurement aims to ensure timely and compliant transportation for enrolled veterans to medical appointments and hospital admissions, with services including Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care ALS. This opportunity is critical for maintaining the health and safety of veterans, requiring contractors to adhere to stringent regulations, including HIPAA compliance and FAA standards, while operating under an Indefinite Delivery Indefinite Quantity (IDIQ) contract for one base year and four option years. Interested contractors must submit their responses by September 23, 2024, to Gary Christensen at gary.christensen@va.gov, and must be registered with the System for Award Management (SAM) to participate.
    V212--Richmond VAMC Wheelchair Van Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Wheelchair Van Services for the Richmond Veterans Affairs Medical Center (VAMC) in Virginia. The procurement aims to ensure reliable transportation for wheelchair-bound veterans, with services required to be available 24/7, including vehicle inspections and compliance with safety standards. This initiative reflects the government's commitment to supporting veterans' mobility and healthcare needs, with a contract budget of $19 million set to span from October 1, 2024, to September 30, 2025, exclusively for verified Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their proposals by September 19, 2024, and can contact Cleveland Wynne at cleveland.wynne@va.gov or 757-728-3182 for further information.
    Special mode transportation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Special Mode Transportation services, specifically ambulatory non-emergent hired car and wheelchair transportation for beneficiaries of the Eastern Kansas Health Care System (EKHCS). The procurement aims to ensure reliable transportation services that cater to the unique needs of veterans, emphasizing the importance of accessibility in healthcare. Interested parties should note that the Request for Quotation (RFQ) closes on September 16, 2024, at 1500 Central Time, and are encouraged to direct inquiries to Steve Parrott at Stephen.Parrott@va.gov for further clarification on the bidding process and requirements.
    V212--Post Questions and Answers (Q&As)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Non-Emergent Wheelchair and Stretcher Transportation Services for the Michael E. DeBakey VA Medical Center in Houston, Texas. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will cover a five-year period consisting of a base year and four additional one-year options, with contractors responsible for providing safe and timely transport for eligible veteran patients to various medical facilities. Interested bidders must adhere to the updated solicitation requirements, including signing and returning the amendment, and submit their proposals by the extended deadline of September 19, 2024, at 11:59 PM CST. For further inquiries, potential contractors can contact Contract Specialist Jeneice Matthews at jeneice.matthews@va.gov or by phone at 713-791-1414.