V225--BLS Ambulance Transportation Services for Texas Valley Coastal Bend HCS
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 Contracting Office 17, is soliciting proposals for Basic Life Support (BLS) Ambulance Transportation Services for the Texas Valley Coastal Bend Health Care System. This is a Firm-Fixed-Price, Single Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a potential value up to $40 million over 60 months. The requirement is a Total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by March 2, 2026, at 11:00 AM CST.
Scope of Work
The selected contractor will provide 24/7 non-emergent ground BLS ambulance transportation services, including stretcher transports, for veterans. Services are required on an as-needed basis, primarily in the Harlingen, McAllen, Laredo, Brownsville, and Corpus Christi areas of Texas. The scope explicitly excludes Advanced Life Support (ALS), Critical Care Transport (CCT), Specialty Care Transport (SCT), or Wheelchair Van services. Estimated annual trips are approximately 32,000. Key deliverables include:
- Providing BLS ambulance services and non-emergent stretcher transports.
- Transporting patient luggage, medical records, and comfort items at no additional cost.
- Ensuring all personnel are courteous, professional, and meet federal, state, and local qualifications (e.g., EMTs, drivers).
- Maintaining vehicles in clean, good repair, and compliant with all regulations.
- Utilizing the VetRide Vendor Portal or VA-approved Transportation Software for all patient transports, requests, updates, and claims.
- Adhering to specific response times for scheduled and urgent transports.
- Maintaining a Quality Control Plan (QCP) and complying with COVID-19 protocols.
Contract Details
- Contract Type: Firm-Fixed-Price, Single Award IDIQ
- IDIQ Value: Minimum $10,000.00, Maximum $40,000,000.00
- Ordering Period: 60 months (estimated from Date of Award)
- Phase-in Period: 30 days from contract award
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 621910 Ambulance Services (Size Standard: $22.5 Million)
- PSC: V225 Ambulance Service
Submission & Evaluation
Proposals are due by March 2, 2026, at 11:00 AM CST. Offerors must submit proposals on SF 1449 or company letterhead, titled "36C25726R0009 BLS VCB Proposal," and acknowledge all amendments.
- Technical Capability (Volume I): Requires completion of Attachment B – Vendor's Questionnaire. Proposals must clearly explain how PWS requirements will be met, providing evidence for certifications/licenses and a rationale for each task, rather than merely restating requirements. A management approach for fleet composition supporting advertised transport volume is essential. Offerors must state acceptance of terms and conditions or list exceptions.
- Past Performance (Volume II): Requires at least two recent (within the last 3 years from solicitation release) references for similar public or private sector contracts. References must include Point of Contact, Name, Number, Email, total contract value, and approximate monthly/yearly trips.
- Evaluation Factors: Technical Capability, Past Performance, and Price. Technical and Past Performance are considered more important than Price. Award will be made to the responsible offeror whose offer is most advantageous to the Government. Proposals must be valid for at least 60 days.
Additional Notes
Multiple Wage Determinations (e.g., for Cameron, Hidalgo, Webb, Maverick counties) are attached to the solicitation and are crucial for calculating labor costs and ensuring compliance with the Service Contract Act. The contract effective date is expected on or before February 9, 2026.