V225--National Air-Ambulance (702) (VA-24-00010685)
ID: 36C26024R0088Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, USA

NAICS

Nonscheduled Chartered Passenger Air Transportation (481211)

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 (VA) plans to contract for national air-ambulance services for eligible veterans. The primary goal is to ensure quick response times and advanced life support during patient transportation.

    The VA aims to award multiple small businesses with indefinite-delivery/indefinite-quantity (IDIQ) contracts, focusing on brokers with extensive air ambulance operator networks. These brokers must demonstrate expertise in managing complex transportation networks. The opportunity is a total small business set-aside, and applicants must register in SAM to be considered.

    The scope of work for awardees includes leveraging their networks to provide quick response times, typically within 60 minutes for urgent cases and 90 minutes for standard requests. They must ensure compliance with regulations, including HIPAA, and deliver firm-fixed priced services with response times and pricing schedules. Awardees will respond to requests for air ambulance services, utilizing fixed-wing and rotary-wing aircraft equipped for critical care. Staff roles include flight nurses, paramedics, and respiratory therapists, with mileage calculated based on pick-up and drop-off locations.

    To qualify, applicants must be small businesses registered under NAICS code 481211, Nonscheduled Chartered Passenger Air Transportation, and possess a comprehensive database of operator contacts. The VA emphasizes the importance of a robust infrastructure for efficient dispatch and quick response.

    Funding and contract details are yet to be confirmed, but the VA indicates a minimum order guarantee of $17,500 per fiscal year. The contract period is expected to run for over four years, divided into four price periods.

    The submission process will begin once the official Request for Proposal (RFP) is released in June 2024. Interested parties should submit their proposals by the offer due date of August 12, 2024, at 2:00 PM PDT. The VA plans to award the contracts by February 2025, with an effective contract period beginning in 2023.

    The VA will evaluate applications based on their ability to meet the performance requirements, pricing schedules, and the quality of their proposed brokerage networks.

    For any clarification or questions, potential applicants can contact the primary point of contact, Krystal Weeks, by email at krystal.weeks@va.com or by phone at 509-321-1914. A secondary point of contact is Jacob Jackson, who can be reached at jacob.jackson2@va.gov or 3608162781.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) plans to issue a request for proposal (RFP) for its National Air-Ambulance Service, seeking one to five small business contractors to provide broker services for air ambulance transportation for eligible veterans. The VA aims to establish multiple award IDIQ contracts, with an anticipated 100% Small Business set-aside. Offerors should begin preparing their networks and ensure they are registered in SAM to be eligible. The RFP, to be released in June 2024, will provide further details on the requirement for brokers with extensive air ambulance operator networks. These brokers must demonstrate capability and experience in managing complex transportation networks. The VA aims to award these contracts by February 2025, with an effective contract period beginning in 2023. This presolicitation notice should be read carefully, and potential vendors should monitor the VA's online resources for the upcoming official solicitation.
    The Department of Veterans Affairs seeks to contract air ambulance broker services for VHA beneficiaries across the United States, offering quick response times and advanced life support. These services are intended for one-way trips, with a focus on patient transportation requiring specialized medical care during transit. The brokers will leverage a network of air ambulance assets nationwide, responding within 60 minutes for urgent cases and 90 minutes for standard requests. This firm-fixed price, indefinite delivery/indefinite quantity contract aims to establish a price schedule for easy ordering. Offerors may submit proposals for one or more of the five service regions, with the potential for multiple awards. Key dates include the offer due date of August 12, 2024, at 2:00 PM PDT. Contractors must meet extensive security and compliance requirements, including HIPAA regulations, and will be evaluated based on their ability to meet performance requirements and pricing schedules. The estimated total value is unclear from the files, but a minimum order guarantee of $17,500 per fiscal year applies.
    The Department of Veterans Affairs (VA) seeks industry feedback to clarify its upcoming solicitation for air ambulance services. The VA aims to contract with small businesses to provide brokerage and, if needed, direct air ambulance services for veterans. This pre-solicitation phase aims to engage with potential stakeholders, addressing concerns and gathering insights to shape the final RFP. The VA seeks to establish multiple award contracts for regions across the country. These contracts will facilitate veteran transports, primarily for scheduled, VA-initiated transfers. The VA emphasizes that non-VA initiated emergency transports will not be covered under this solicitation. Potential contractors should possess a substantial database of operator contacts and be able to respond swiftly to VA requests. The RFP will offer a mileage-based reimbursement rate, higher than Medicare/Medicaid rates, with response times of 60 minutes for standard and 90 minutes for urgent transports. The VA expects contractors to have the infrastructure for efficient dispatch and will compensate them based on a fixed price schedule. Critical dates include the upcoming finalization of the RFP, with submissions due shortly after. Evaluation will likely focus on contractors' ability to meet response times and their proposed brokerage networks.
    The government seeks to procure aerial medical transport services for a period of over four years, divided into four price periods. The objective is to obtain fixed-wing and rotary-wing aircraft transportation, equipped with medical staff and amenities for critical care. The focus is on ensuring quick response times and efficient patient transport, with mileage calculated based on the distance between pick-up and drop-off locations. Key staff roles include flight nurses, paramedics, and respiratory therapists, each with their own hourly rates. The procurement breaks down the pricing per line item, with quantities varying for each staff role and aircraft type. Critical dates include the start of each price period, spanning from February 2024 to January 2029. Evaluation criteria are likely centered on the responsiveness, quality, and cost-effectiveness of the proposed transportation and medical services. This RFP outlines a comprehensive approach to procuring specialized medical transport services, covering aircraft, staff, and equipment requirements.
    The government seeks to procure aerial medical transport services for a period of over four years, divided into four price periods. The objective is to obtain fixed-wing and rotary-wing aircraft transportation, equipped with medical staff and amenities for critical care. The focus is on ensuring quick response times and efficient patient transport, with mileage calculated based on the distance between pick-up and drop-off locations. Key staff roles include flight nurses, paramedics, and respiratory therapists, each with their own hourly rates. The procurement breaks down the pricing per line item, with quantities varying for each staff role and aircraft type. Critical dates include the start of each price period, spanning from February 2024 to January 2029. Evaluation criteria are likely centered on the responsiveness, quality, and cost-effectiveness of the proposed transportation and medical services. This RFP outlines a comprehensive approach to procuring specialized medical transport services, covering aircraft, staff, and equipment requirements.
    The government seeks to procure air ambulance services through this RFP. These services include emergency medical transport via fixed-wing and rotary aircraft, catering to diverse medical needs. The focus is on ensuring quick response times and providing critical care en route to healthcare facilities. The requirement specifies a large volume of flight hours, with a breakdown of base rates, mileage rates, and charges for various medical personnel. The rates vary across four pricing periods, with the possibility of extension. The procurement also entails calculating mileage based on pick-up and drop-off locations. Successful vendors will be responsible for providing qualified medical staff, including flight nurses, paramedics, and respiratory therapists, along with appropriately equipped aircraft. The contract is likely to be firm-fixed-price, with a potential value in the tens of millions of dollars. Key dates include the submission deadline, expected to be in late January, and the subsequent award announcement. Evaluation criteria will prioritize the vendor's ability to provide efficient air ambulance services, including their past performance, quality of personnel and equipment, and cost effectiveness. Overall, this RFP outlines a comprehensive effort to secure essential air ambulance capabilities, ensuring timely and expert medical care is accessible to the affected population.
    The government seeks to procure aerial medical transport services for a period of over four years, divided into four price periods. The objective is to obtain fixed-wing and rotary-wing aircraft transportation, equipped with medical staff and amenities for critical care. The focus is on ensuring quick response times and efficient patient transport, with mileage calculated based on the distance between pick-up and drop-off locations. Key staff roles include flight nurses, paramedics, and respiratory therapists, each with their own hourly rates. The contract is expected to be firm-fixed-price, with line item pricing for each service category. Critical dates include the start of each price period, while evaluation criteria center on the ability to meet medical transport needs, staff qualifications, and past performance. This RFP outlines a comprehensive approach to aerial medical transportation, covering aircraft, personnel, and equipment requirements.
    The government seeks to procure aerial medical transport services for a period of over four years, divided into four price periods. The objective is to obtain fixed-wing and rotary-wing aircraft transportation, equipped with medical staff and amenities for critical care. The focus is on ensuring quick response times and efficient patient transport, with mileage calculated based on the distance between pick-up and drop-off locations. Key staff roles include flight nurses, paramedics, and respiratory therapists, each with their own hourly rates. The procurement breaks down rates and charges for various scenarios, incorporating base rates, mileage fees, and cancellation penalties. Critical dates span from February 2024 to January 2029, with an emphasis on submitting proposals by the end of January 2024. The evaluation of proposals will likely consider factors like response quality, past performance, and price evaluation, although the exact criteria are not explicitly mentioned in the file. This RFP outlines a comprehensive approach to aerial medical transportation, covering various scenarios and staff requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    V225--Ambulance Transportation Service Ann Arbor VA Medical Center
    Active
    Veterans Affairs, Department Of
    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.
    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.
    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.
    Mass Evacuation Vehicle and ICU for the U.S. Department of Veterans Affairs
    Active
    General Services Administration
    The General Services Administration is seeking quotes on behalf of the C.W. Bill Young VA Medical Center in Bay Pines, Florida, for two specialized mass evacuation vehicles with built-in intensive care units (ICU). These vehicles are intended to enhance the center's emergency and non-emergency patient transport capabilities. The procurement aims to find a vendor that can meet meticulous technical specifications for custom vehicles designed for patient transport. The vehicles must adhere to federal standards, have a high Gross Vehicle Weight Rating, and include specialized features like multiple oxygen ports and a piped medical oxygen system. This request reflects the government's focus on preparing for emergency situations and ensuring adequate patient care capabilities. Vendors must submit detailed proposals showcasing their ability to meet these specialized requirements. Interested parties should reach out to JD Dunne at joe.dunne@gsa.gov or 404-215-6727 for more information. The procurement process appears rigorous, with detailed evaluations based on technical merit, delivery terms, and past performance. Key deadlines for submission vary across the files, so timely engagement is essential.
    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.
    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.
    V225--Salisbury VAHCS ALS/BLS Ambulance Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to provide non-emergency ambulance transportation services for the Salisbury VA Health Care System and its associated Community-Based Outpatient Clinics (CBOCs). The contractor will be responsible for delivering Basic Life Support (BLS) and Advanced Life Support (ALS) transport services, ensuring availability 24 hours a day, seven days a week, including weekends and holidays. These services are critical for maintaining the health and well-being of veterans, facilitating timely medical transport as needed. Interested parties should contact Contract Specialist Daniel W. Spaulding at Daniel.Spaulding@va.gov for further details regarding the solicitation, which is identified by number 36C24625R0001.
    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.