V225--Non-Emergency Ambulance Services (607) 5-Year Ordering Period 9/1/2025 - 8/31/2030
ID: 36C25225Q0647Type: Presolicitation
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. These services will be utilized by the William S. Middleton VA Medical Center, Community-Based Outpatient Clinics, and other VA and non-VA medical facilities, highlighting the critical need for reliable transportation in the healthcare system. Interested parties must submit their responses by September 9, 2025, at 9:00 AM Central Time, with inquiries directed to Contracting Officer Erika Cannaday at erika.cannaday@va.gov or by phone at 414-844-4800 x43253.

    Point(s) of Contact
    Erika CannadayContracting Officer
    414-844-4800x43253
    erika.cannaday@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is soliciting proposals for non-emergency ambulance transportation services for the William S. Middleton VA Medical Center in Madison, Wisconsin, and affiliated facilities. This Request for Quote (RFQ) outlines requirements for Stretcher Transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT) services available 24/7. Key aspects include contractor personnel qualifications, vehicle standards, and strict adherence to VA information security and privacy policies. Contractors must use the VetRide Vendor Portal for transportation requests and invoicing. The solicitation details security, privacy controls, incident reporting, and data handling, emphasizing compliance with federal and VA regulations. Training, background checks, and adherence to facility policies are mandatory for all contractor personnel.
    The Department of Veterans Affairs (VA), specifically the 36C252 contracting office in Milwaukee, WI, has issued a presolicitation notice (Solicitation Number 36C25225Q0647) for Non-Emergency Ambulance Services. This five-year ordering period will run from September 1, 2025, to August 31, 2030. The services are required for the William S. Middleton VA Medical Center, Community-Based Outpatient Clinics, and other VA and non-VA medical facilities. The response deadline for this solicitation is September 9, 2025, at 9:00 AM Central Time, Chicago, USA. The primary point of contact for this solicitation is Contracting Officer Erika Cannaday, accessible via erika.cannaday@va.gov. The Product Service Code is V225, and the NAICS Code is 621910.
    The Department of Veterans Affairs has issued a Sources Sought Notice to identify potential contractors for non-emergency ambulance services at the William S. Middleton VA Medical Center in Madison, Wisconsin. The procurement, under solicitation number 36C25225Q0647, aims to gather market research information on contractors' interest and capability to provide Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT) services over a five-year period from September 1, 2025, to August 31, 2030. The service area primarily encompasses Wisconsin, with possible services extending to Michigan and Illinois. Contractors must submit their responses by August 6, 2025, indicating their capacity to perform, including organization details and tailored capability statements. The estimated service requirements detail the expected volume of trips for BLS, ALS, and CCT, as well as pertinent mileage and waiting time considerations. The notice also outlines that responses will inform procurement methods and potential small business set-asides, adhering to regulations for limitations on subcontracting. This market research is a preparatory step to ensure that qualified vendors can meet the specific transportation needs of veterans.
    Attachment A outlines the Critical Care Transport Capabilities Confirmation required for offerors under a federal contract. Prospective ambulance providers must confirm their ability to transport specific drugs and equipment for Critical Care Transports (CCTs), up to Tier III, based on their EMS region. The document lists required drug supplies, including various medications like Acetylcysteine, Amiodarone, and Blood Products, and essential equipment such as chest tubes, portable mechanical vents, and all VADs. It also specifies SmartPump capability for up to six IV drips and Zoll X Series Critical Care Monitor capabilities, including continuous 12-lead EKG, temperature monitoring, and arterial line monitoring. Offerors must sign and return the form to confirm compliance with these critical care transport criteria.
    Attachment B, Version 2.0 (August 7, 2020) outlines the Veterans Transportation Service (VTS) Standard Operating Procedure for Patient Transport PPE and Vehicle Cleaning/Disinfection, aligning with CDC's Standard Precautions. It details PPE requirements for VTS drivers/operators during routine, COVID-19, and other infectious disease transports, emphasizing universal source control with facemasks for all patients and drivers. The document specifies donning and doffing procedures for PPE, vehicle cleaning and disinfection protocols, including the optional use of UVC disinfecting units after manual cleaning. It mandates documentation of cleaning activities via a checklist and outlines follow-up measures for VTS personnel exposed to confirmed or suspected COVID-19 patients, requiring immediate notification to their chain of command and Occupational Health Services. The file also defines key terms such as Source Control, PPE, Facemask, and N95 Respirator, underscoring the importance of these measures for infection prevention and control.
    The document outlines a surveillance checklist for a Ground Ambulance contract held by William S. Middleton. It details performance objectives, thresholds, and surveillance methods for various aspects of the ambulance service. Key objectives include providing 24/7/365 ambulance service with a 95% compliance threshold, maintaining vehicles in a clean and orderly condition (95% compliance), and keeping detailed preventive maintenance records (95% compliance). Additionally, the contractor must furnish 100% qualified personnel who have completed at least 150 hours of training in accordance with DHHS standards. All personnel must also receive written sanitation procedures conforming to OSHA bloodborne pathogens protocol (100% compliance). The surveillance method for all objectives is 100% surveillance, either of each patient pick-up or overall surveillance.
    The document outlines wage determinations under the Service Contract Act, specifying minimum wage rates and fringe benefits for various occupations in Wisconsin, along with contractor requirements regarding compliance with Executive Orders 14026 and 13658. It states the minimum wage for contracts after January 30, 2022, is at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, have a minimum wage of $13.30 per hour. Additionally, it includes details on paid sick leave, vacation, holiday pay, and the conformance process for unlisted job classifications.
    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.
    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--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.
    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.
    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.
    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--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.
    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.
    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.