V225--Ground Ambulance Service Cheyenne
ID: 36C25925R0038Type: 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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for ground ambulance services in the Cheyenne, Wyoming area through Request for Quote (RFQ) number 36C25925R0038. The contract, which spans five years, requires the provision of various levels of ambulance services, including Basic Life Support, Advanced Life Support, and Critical Care Transport, ensuring compliance with federal, state, and local regulations while maintaining high-quality service standards. This procurement is crucial for enhancing healthcare accessibility for veterans, reflecting the government's commitment to providing reliable emergency medical services. Interested vendors must submit their proposals by 2:00 PM Mountain Time on February 25, 2025, and can direct inquiries to Contract Specialist Christine Jarvis at christine.jarvis@va.gov or by phone at 303-712-5784.

    Point(s) of Contact
    Christine JarvisContract Specialist
    (303) 712-5784
    christine.jarvis@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is soliciting proposals for ground ambulance services in the Cheyenne, Wyoming area through Request for Quote (RFQ) number 36C25925R0038. The contract is for five years, with a firm-fixed price framework, allowing for multiple work orders. The acquisition is open to all businesses, operating under NAICS code 621910 and requiring ambulance services that comply with safety standards and appropriate staffing qualifications. Interested vendors must submit a comprehensive proposal, including pricing, technical capability documentation, and past performance references. Key evaluation criteria include price, technical compliance with the Performance Work Statement (PWS), and past performance records. Offer submissions are due by 2:00 PM Mountain Time on February 25, 2025. Communication with the contracting officer, Christine Jarvis, is encouraged for inquiries prior to the deadline. This solicitation reflects the VA's commitment to ensuring reliable and efficient ambulance services to enhance healthcare accessibility for veterans in the region.
    The Cheyenne VA Health Care System (VAHCS) requires contracted non-emergency ambulance services for its facilities, including the main campus and its Community-Based Outpatient Clinics (CBOCs). The contractor will provide various levels of transportation, such as Stretcher Transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT) services, available 24/7. The contract encompasses service provision compliance with federal, state, and local laws, ensuring patient welfare during transport, and maintaining high-quality service standards through comprehensive training and certification for personnel. The contract mandates specific equipment, management protocol, and incident reporting. The contractor must utilize the VetRide or VA-approved software system for transportation requests while ensuring timely operation and invoicing processes. The performance will be assessed against defined quality metrics, and the contractor is obligated to comply with health regulations, including thorough background checks of personnel. The awarded contract includes provisions for a one-year base with four optional years, focusing on delivering quality healthcare services to veterans across Wyoming, Colorado, and Nebraska. This RFP illustrates the federal commitment to providing exceptional transportation and medical coverage for veterans in need.
    The document outlines a price schedule for emergency medical transport services under a federal contract, detailing service descriptions, estimated quantities, units, unit prices, and total amounts for various transportation types over multiple contract periods (2025-2030). It specifies services including Basic Life Support, Advanced Life Support, Critical Care Transport, and Wheelchair Van Transportation, with price adjustments across each year. Each category is broken down by estimated one-way trips and additional charges for mileage and waiting time. The primary purpose is to establish a framework for pricing and service expectations for contractors providing critical medical transport to federal clients. This structured financial overview ensures transparency in bidding processes and clarifies anticipated costs throughout the contract term.
    The document presents an analysis of enrollees and non-enrollees by their zip codes within the Cheyenne, Wyoming Healthcare System (HCS). It categorizes individuals into varying priority levels from 1 to 8D based on their services or usage levels. The data outlines specific zip codes and the corresponding number of enrollees, revealing significant enrollment concentrations in cities such as Fort Collins and Greeley, Colorado, as well as in Cheyenne, Wyoming. A total of 20,435 enrollees is documented, with additional figures from Nebraska and various cities that illustrate further enrollee demographics. The report aims to inform federal and state authorities on healthcare service distribution and potential areas for resource allocation or improvement in rural and surrounding areas. The detailed figures support understanding of rural healthcare needs and could guide decision-making in federal grants or local RFPs regarding healthcare access and services.
    The Critical Care Transport Capabilities Confirmation document outlines requirements for ambulance providers to confirm their ability to transport specific drugs and equipment essential for Critical Care Transport (CCT) under a federal contract. Prospective offerors must validate their capability to manage a range of medications, including acetylcysteine, amiodarone, and fentanyl, along with necessary medical equipment like portable mechanical ventilators and IV drips for critically ill patients. A prominent feature is the capability to monitor patients via Zoll X Series Critical Care Monitors, which includes functions like EKG and blood pressure monitoring. The form must be signed by a company representative, attesting to the company’s compliance with these criteria. Overall, this document serves as part of the federal procurement process, ensuring that selected transportation providers meet stringent medical standards to support emergency care across various EMS regions.
    The Veterans Transportation Service (VTS) Patient Transport Standard Operating Procedure outlines guidelines for transporting patients while ensuring the safety of both patients and staff during potential infectious disease scenarios, especially COVID-19. It emphasizes adherence to Standard Precautions, including the consistent use of personal protective equipment (PPE) such as masks, eye protection, gloves, and gowns based on the patient's diagnosis. For non-COVID transports, basic PPE is required, while the transport of COVID-19 patients mandates more stringent measures like fit-tested N95 respirators. The document details protocols for passenger face coverings, cleaning and disinfecting vehicles after transporting patients, and procedures for donning and doffing PPE. It calls for thorough documentation of cleaning processes and emphasizes the need to notify receiving healthcare facilities of potentially infectious patients. Additionally, it includes follow-up procedures for VTS personnel post-exposure to COVID-19, highlighting the importance of coordination with local health authorities. The SOP ensures compliance with CDC guidelines, aiming to reduce infection risks during transportation and enhance overall patient safety and care.
    The VHA Directive 1605.05 establishes policies and procedures for the creation and management of Business Associate Agreements (BAAs) between the Department of Veterans Affairs (VA) health facilities and Business Associates. This directive aligns with HIPAA regulations, mandating that BAAs be executed to protect Protected Health Information (PHI) when shared for services or functions. Key updates reflect new policies, responsibilities, templates, and management processes. The document outlines roles and responsibilities for various VA officials, from the Under Secretary for Health to local privacy officers, ensuring compliance and proper execution of BAAs. It differentiates between local and national BAAs, clarifies the need for BAAs, and emphasizes the requirement for independent audits and continuous readiness reviews. Additional support tools include a decision tree for identifying the necessity of BAAs and user templates for local agreements. This directive underscores the VA's commitment to safeguarding patient data while enabling necessary partnerships with external entities. BAAs serve as the backbone for protecting PHI and maintaining compliance with federal regulations, making them essential in the context of federal grants and RFP processes within the healthcare sector.
    The document appears to contain a haphazard compilation, possibly corrupted, that lacks coherent structure or context related to government solicitations or RFPs. It features fragmented text, random symbols, and an absence of clear topics or logical argumentation typically expected in federal grants, RFPs, or related governmental documentation. Due to the deteriorated condition of the text, key ideas and supporting details cannot be extracted effectively. It seems to reference processes and requirements relevant to government funding or project proposals but fails to provide substantive content or comprehensible directives. In the context of government RFPs and grants, such a document would likely serve to request proposals from organizations seeking federal or state funding for specific projects. Objectives commonly include enhancing service delivery, infrastructure improvement, or community program development. However, due to the fragmented nature of this file, it ultimately does not fulfill its intended purpose or provide actionable insights. In essence, the document requires significant clarification or restoration to convey any meaningful information or comply with the standards expected within governmental documentation regarding RFPs or federal state grants.
    The document appears to relate to federal and state/local Requests for Proposals (RFPs) and grants, discussing the procedures and requirements for potential applicants. Key topics include the fulfillment of specific guidelines involving project eligibility, compliance with legal regulations, and financial management regarding funding allocations. The structure likely emphasizes the application process, evaluation criteria, and timelines for submissions as well as subsequent standards for contractor expectations. Potential applicants are urged to adhere to guidelines to ensure proposals meet necessary qualifications and standards that align with governmental policies. There is a clear focus on transparency in funding use, project execution, and reporting on project outcomes to support accountability. Overall, this document serves to guide agencies and organizations on navigating federal and state/local funding opportunities effectively, highlighting essential considerations for crafting competitive proposals while ensuring alignment with governmental objectives and community needs.
    The file outlines a federal government initiative focused on enhancing access to funding through Requests for Proposals (RFPs) and grants at federal, state, and local levels. This initiative emphasizes the promotion of transparency and competitive bidding processes to foster innovation and efficiency in public sector projects. Key components include an emphasis on stakeholder engagement, the importance of compliance with statutory regulations, and the need for detailed project submissions that illustrate applicants' capabilities and project feasibility. The document encourages eligible organizations to leverage funding opportunities effectively while adhering to outlined requirements to ensure the successful allocation of resources. The initiative aims to fortify public service delivery by maximizing the potential of grant funding and procurement strategies across varied sectors and communities.
    The document appears to be an extensive collection of unformatted data and encoded information pertaining to federal requests for proposals (RFPs) and grants, as well as state and local RFPs. The main topics involve the provision of governmental funding and resources for various projects, highlighting the processes and requirements involved in applying and securing these grants. Key points include eligibility criteria, submission guidelines, regulatory compliance, and the importance of addressing specific governmental needs, such as community development and infrastructure improvement. The document’s structure, although obscured by formatting issues, likely aligns with the typical framework found in governmental documentation, which includes detailed descriptions of project objectives, funding availability, application timelines, and necessary qualifications for interested parties. This collection serves as a critical resource for entities seeking to navigate the complexities of federal and state funding opportunities while emphasizing transparency, accountability, and efficient use of public resources to fulfill community needs.
    The document appears to be an extensive metadata file related to government requests for proposals (RFPs), federal grants, and state/local grants. Its main purpose is to establish guidelines and contextual information for entities looking to apply for funding or seek partnership opportunities through various federal or state programs. Key aspects include adherence to regulatory standards, the necessity for detailed project descriptions, and evidence of prior performance or qualifications. The structure of the document suggests it outlines specific requirements for submissions, including deadlines, formats, and evaluative criteria. The emphasis on compliance with environmental and safety regulations highlights the importance of meeting government standards in project proposals. Overall, the document serves as a comprehensive resource to facilitate informed responses to government funding opportunities while maintaining focus on accountability and successful project execution.
    The document appears to be corrupted, containing unreadable characters and non-standard formatting, which obscures its content and intent. Given this, a coherent analysis of its topic, key ideas, and structure is not feasible. As a result, it is not possible to summarize its contents accurately or meaningfully within the required parameters. In general terms, documents surrounding federal RFPs, grants, and state/local requests typically feature essential information on funding opportunities, project specifications, eligibility requirements, and guidelines for submission. Such documents aim to facilitate government contracting and grant processes by providing clarity and direction to potential bidders and grant applicants. This lack of content clarity due to corruption prevents the drafting of a precise summary or evaluative commentary on specific topics, ideas, or structural elements commonly associated with government RFPs or grants. Further investigation or a different document would be required to fulfill this analyst role effectively.
    The document appears to be a corrupted or unreadable file, with fragmented and disorganized content, largely composed of special characters, mismatched symbols, and incomplete phrases. Despite this, attempts to extract meaningful subject matter suggest that it may pertain to government proposals or grants. The intended topic might involve guidelines, requests, and compliance requirements related to federal and state funding programs, particularly in a context that necessitates transparency, accountability, and regulatory adherence. Key areas of focus potentially include updates, reports, or frameworks surrounding project proposals, bids, or funding applications aimed at facilitating various community or governmental initiatives. The lack of coherent text hinders precise analysis, but underlying themes likely revolve around procurement processes, eligibility criteria, and project management standards relevant to public sector funding and resource allocation. Due to the document's compromised state, it is challenging to ascertain specific details or structured content, which would normally inform a comprehensive summary in the realm of government funding proposals and requests.
    The document appears to be corrupted or unreadable, characterized by a complex string of non-text elements, symbols, and fragmented sentences with no coherent content related to federal or state RFPs or grants. As a result, it lacks a clear topic, key ideas, or detailed supporting information necessary for a comprehensive summary. Without decipherable text, I am unable to extract any meaningful insights, summarize the contents, or analyze the document's purpose in the context of government RFPs or grants. Further investigation or access to an intact document is required to perform the requested analysis and summarization effectively.
    The Quality Assurance Surveillance Plan (QASP) for Ground Ambulance Services outlines the government's framework for ensuring that contractors meet specified performance metrics under a Performance Based Service Contract (PBSC). The QASP distinguishes itself from the Contractor's Quality Control Plan (QCP) by focusing on the government's oversight of quality assurance rather than the contractor's management of quality. Key personnel involved include the Contracting Officer (C.O.) and the Contracting Officer's Representative (COR), both responsible for monitoring contractor compliance and performance. The document details various surveillance methods—customer feedback, 100% inspections, periodic inspections, and random monitoring—while also establishing performance standards for evaluating contractor effectiveness. An incentive structure penalizes failure to meet performance requirements. Monthly assessments will be conducted to gauge performance, ensuring ongoing compliance with contractual obligations and safeguarding service quality for veterans. Through this QASP, the government aims to maintain high standards in emergency medical services, ensuring the contract's integrity and effectiveness.
    The Cheyenne VAHCS has established a Quality Assurance Surveillance Plan (QASP) for its Ground Ambulance service contract. This plan mandates the contractor to provide ambulance services 24/7, ensuring compliance with a 95% performance threshold, which was met at 100%. Maintenance standards emphasize vehicle cleanliness and preventive measures to protect veterans, also scored at 100% compliance. Contractors must maintain up-to-date vehicle maintenance files as a quality assurance requirement and furnish qualified personnel as per contract guidelines. Additionally, personnel must complete a minimum of 150 hours of training acceptable under federal regulations. Lastly, sanitation procedures are to be provided to staff in written form in accordance with Occupational Safety and Health Administration guidelines. Overall, the document outlines key performance objectives to ensure high-quality and safe ambulance services for veterans, reflecting the government's commitment to uphold standards in health and safety within federally funded services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    V225--Ground Ambulance Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Ground Ambulance Services to support the George E. Wahlen VA Medical Center and its associated outpatient clinics in Salt Lake City, Utah. The contract aims to provide essential non-emergency and emergency transport services, ensuring 24/7 availability for veteran patients, including Advanced Life Support (ALS), Basic Life Support (BLS), and Critical Care Transport (CCT). This initiative underscores the government's commitment to delivering reliable healthcare transport services to veterans while adhering to stringent quality and safety standards. Interested parties must submit their proposals by February 24, 2025, at 5:00 PM Mountain Time, with a total award amount of $22.5 million for the base year and four option years. For further information, potential bidders can contact Contracting Officer Heather Clemons at heather.clemons@va.gov or by phone at 303-712-5772.
    V225--Non-Emergent Ambulance Service (VALLHCS)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Non-Emergent Ambulance Services under the upcoming Request for Proposal (RFP) number 36C26225R0018, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The objective of this procurement is to provide essential ambulance services that adhere to the regulations and standards necessary for effectively serving veteran communities. This initiative is crucial for ensuring that veterans receive timely and appropriate transportation for medical needs. Interested parties must submit their responses by February 24, 2025, at 3:00 PM Mountain Time, and can direct inquiries to Contracting Officer Michael Williams at michael.williams48@va.gov or by phone at (520) 792-1450, x12586.
    V225--Non-Emergent Ground Ambulance Basic Life Support (BLS) Services - Veterans Affairs Long Beach Healthcare System (VALBHCS)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for non-emergent Basic Life Support (BLS) ground ambulance services for the Veterans Affairs Long Beach Healthcare System (VALBHCS). This procurement is structured as a base contract with four option years, with a total projected award amount of $22.5 million, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The services are crucial for providing essential transportation for veterans, ensuring compliance with federal regulations and quality service delivery. Interested contractors must submit their proposals electronically by February 25, 2025, at 4:00 PM PST, and can direct inquiries to Contract Specialist Katharine Robert at katharine.robert@va.gov.
    V129--RLRVAMC Ambulance Service
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to provide non-emergency ambulance services for the Richard L. Roudebush VA Medical Center, aimed at enhancing transportation options for veterans. The contract will encompass a variety of services, including stretcher transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT), available 24/7, with the contractor responsible for all necessary vehicles, personnel, and equipment while adhering to applicable regulations. This initiative is crucial for ensuring timely and safe transport for veterans, reflecting the VA's commitment to their welfare. The five-year contract, commencing on April 1, 2025, has a maximum value of $27 million, and interested parties can reach out to Contracting Specialist Janel N Tate-Montgomery at janel.tate-montgomery@va.gov for further details.
    V225--Solicitation Ground Ambulance VA Southern Nevada Health Care System
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for ground ambulance services for the Southern Nevada Healthcare System, with a contract period from April 1, 2025, to March 31, 2027. The selected contractor will provide 24/7 emergency and non-emergency transportation, including Advanced Life Support (ALS) and Basic Life Support (BLS), while ensuring compliance with federal and state regulations and maintaining high standards of service quality and patient care. This procurement is crucial for ensuring veterans receive timely medical transportation, reflecting the VA's commitment to their healthcare needs. Interested parties must submit their proposals by February 28, 2025, and can contact Contract Specialist Tim Smith at Timothy.Smith9de3@va.gov or 916-923-4517 for further information.
    V225--GROUND AMBULANCE STATE OF MONTANA
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide ground ambulance services for the Montana Veteran Administration Health Care System. The procurement involves a firm-fixed price Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, which will span five years from May 2025 to April 2030, and includes various transport services such as Stretcher Transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Specialty Care Transport (SCT). This contract is crucial for ensuring timely and efficient medical transport for over 48,000 veterans across a vast service area, emphasizing the importance of compliance with federal and state regulations. Interested parties must submit their proposals by March 11, 2025, and can contact Contract Specialist Christine Jarvis at christine.jarvis@va.gov or 303-712-5784 for further information.
    V225--Ground Ambulance Services-691-25-3-829-0012
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Basic Life Support (BLS) ground ambulance services for eligible beneficiaries within the VA Greater Los Angeles Healthcare System. This procurement aims to gather market research on the capabilities and qualifications of Service-Disabled Veteran-Owned, Veteran-Owned, and other small businesses interested in delivering these non-emergent transport services, with a contract period from April 1, 2025, to March 31, 2027. The selected contractor will be responsible for ensuring 24/7 availability, managing logistics for patient transport, and adhering to compliance standards while prioritizing patient welfare and timely incident reporting. Interested parties can contact Contract Specialist Intern Ositadima Ndubizu at Ositadima.Ndubizu@va.gov or (562) 766-2252 for further information.
    V225--Non-Emergent ALS/CCT Ground Ambulance Services (VA Long Beach Health Care System)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for Advanced Life Support (ALS) and Critical Care Transport (CCT) ground ambulance services for the VA Long Beach Health Care System. This procurement aims to secure non-emergent ambulance services compliant with federal, state, and local regulations, with a focus on providing quality care to veterans. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), has a total award amount of up to $22.5 million, structured as a fixed-price, indefinite delivery, and indefinite quantity contract, with a minimum guaranteed amount of $10,000.00. Interested contractors must submit their proposals via email by February 20, 2025, and can direct inquiries to Contract Specialist Katharine Robert at katharine.robert@va.gov.
    V225--Ground Ambulance Services-BLS, ALS and CCT
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Ground Ambulance Services, including Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT), specifically for the VA Greater Los Angeles Healthcare System. The procurement aims to identify Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) capable of delivering non-emergency transportation services for veterans, with operations required 24/7 across various VA facilities and community clinics. This contract, which will run from April 1, 2025, to March 31, 2027, emphasizes contractor qualifications, including proper licensing, background checks, and adherence to safety standards, particularly for transporting potentially infectious patients. Interested parties should contact Contract Specialist Intern Ositadima Ndubizu at ositadima.ndubizu@va.gov or (562) 766-2252 for further details.
    V225--FY25 - Ambulance Ground Transportation - (Base + 4)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide ambulance ground transportation services for fiscal year 2025, encompassing a base year plus four option years under solicitation number 36C24225Q0044. The services will primarily be performed at the Northport VA Medical Center, with additional operations at community-based clinics, reflecting the VA's commitment to enhancing healthcare access for veterans. Interested parties should note that the presolicitation has been modified, indicating a cancellation of the initial notice, with plans to re-solicit the requirement at a later date; responses to the solicitation are currently due by March 3, 2025, at 14:00 Eastern Time, and inquiries can be directed to Contract Specialist Lisa Harris at Lisa.Harris4@va.gov.