AMBULANCE ALS/BLS SERVICES
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), specifically the Tampa VA Healthcare Network, is soliciting proposals for Ambulance ALS/BLS Services. This combined synopsis and solicitation (RFP 36C24826R0015) seeks non-emergency ambulance transportation for the James A. Haley Veterans' Hospital and its associated clinics in Tampa, FL. The submission deadline has been extended to March 09, 2026, at 4:00 PM EST.
Scope of Work
The contractor will provide comprehensive non-emergency ambulance transportation services, including Stretcher Transports, Basic Life Support (BLS), Advanced Life Support (ALS), Critical Care Transport (CCT) (Tiers 1, 2, and 3), and Specialty Care Transport (SCT). Services must be available 24 hours a day, seven days a week, and include the transport of patient luggage, medical records, and medication. The estimated annual volume for FY2025 was approximately 3,102 trips, predominantly BLS.
Key Requirements
Offerors must possess a valid Certificate of Public Convenience and Necessity (COPCN) for each county where services will be performed at the time of proposal submission. The contractor must demonstrate sufficient vehicles and personnel to handle up to four simultaneous transport requests, with at least one capable of CCT up to Tier III. Response times for unscheduled, non-JAHVH requests require dispatch within thirty minutes. Personnel must be courteous, professional, and meet specific qualifications (EMTs, CCTPs, drivers). Vehicles must comply with all federal, state, and local regulations. A Quality Control Plan (QCP) is required, and the use of the VetRide Vendor Portal or VA-Approved Transportation Software is mandatory. Compliance with COVID-19 and other infectious disease protocols, including specific PPE, is also required. If handling sensitive VA information or systems, adherence to the VA National Rules of Behavior and completion of the Contractor Security Control Assessment (CSCA) are essential.
Contract & Timeline
- Contract Type: Firm-Fixed-Price.
- Period of Performance: A base year commencing June 6, 2026, followed by four option years, for a potential total of five years.
- NAICS Code: 621910 (Ambulance Services), with a size standard of $22.5 Million.
- Set-Aside: No set-aside is specified for the prime contract; however, evaluation factors for Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses (SDVOSBs/VOSBs) as subcontractors are mentioned.
- Proposal Due: Monday, March 09, 2026, by 4:00 PM EST.
- Published Date: February 18, 2026 (date of Amendment 0001).
Submission & Evaluation
Proposals must be submitted via email to jvonne.wilson@va.gov, clearly labeled "ALS/BLS Ambulance Services". The evaluation criteria prioritize Experience Capability (including Performance Plan, QCP, Vehicles with Equipment and Staffing, and VetRide/VA-Approved Transportation Software Utilization), which is considered significantly more important than price. Required submissions include past performance references (Attachment D1) and a Past Performance Questionnaire (Attachment D2). Offerors must also complete representations and certifications electronically in SAM or via provided forms.