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), Network Contract Office 8, has issued a Combined Synopsis/Solicitation for Advanced Life Support (ALS) and Basic Life Support (BLS) Ambulance Services for the Tampa VA Healthcare Network, specifically the James A. Haley Veterans' Hospital and its associated clinics in Tampa, FL. This is a Firm-Fixed-Price contract for non-emergency ambulance transportation services. Proposals are due by March 09, 2026, at 4:00 PM EST.
Scope of Work
The contractor will provide 24/7 non-emergency ambulance transportation services, including Stretcher Transports, Basic Life Support (BLS), Advanced Life Support (ALS), Critical Care Transport (CCT), and Specialty Care Transport (SCT). Services include transporting patients, luggage, medical records, and medication. Key requirements include possessing a valid Certificate of Public Convenience and Necessity (COPCN) for each county where services are performed, providing qualified personnel (EMTs, CCTPs, drivers), and ensuring vehicles meet federal, state, and local regulations. The contractor must have sufficient vehicles and personnel to handle up to four simultaneous transport requests, with at least one capable of CCT Tier III. Use of the VetRide Vendor Portal or VA-Approved Transportation Software is required.
Contract & Timeline
- Type: Firm-Fixed-Price
- NAICS: 621910 (Ambulance Services), Size Standard: $22.5 Million
- Set-Aside: None specified for prime contractors; evaluation factors consider Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses (SDVOSBs/VOSBs) as subcontractors.
- Period of Performance: A base year commencing June 1, 2026, through May 31, 2027, with four one-year option periods and a six-month extension, potentially extending the contract until November 30, 2031.
- Proposal Due: March 09, 2026, 4:00 PM EST
- Published: February 19, 2026 (latest amendment)
Evaluation
Proposals will be evaluated based on Experience Capability and Price, with Experience Capability considered significantly more important. Experience Capability includes Performance Plan, Quality Control Plan, Vehicles with Equipment and Staffing, and VetRide/VA-Approved Transportation Software Utilization. Past performance information is required, and a Past Performance Questionnaire is provided.
Key Clarifications & Attachments
Recent amendments and Q&A clarify that COPCN is a mandatory pre-qualification. Estimated transport volume is 8-15 weekday transports (BLS, ALS, CCT), with approximately 3,102 trips provided in FY2025. The incumbent contract number is 36C24820D0023. Bidders must complete representations and certifications in SAM and adhere to VA National Rules of Behavior and Contractor Security Control Assessment requirements, especially if handling sensitive VA information. The CLIN schedule has been updated.