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) Texas Valley Coastal Bend Healthcare System is soliciting proposals for Basic Life Support (BLS) Ambulance Transportation Services. This is a Firm-Fixed-Price, Single Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with an estimated maximum value of $40,000,000.00. The requirement is set aside for Total Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals are due February 6, 2026, at 11:00 AM CST.
Purpose and Scope
The selected contractor will provide 24/7 non-emergency BLS ambulance transportation services for veterans at the Texas Valley Coastal Bend Health Care System and its associated Community-Based Outpatient Clinics (CBOCs) and affiliated healthcare clinics. Services include non-emergent stretcher transports and the transport of miscellaneous items (luggage, records, medication, comfort items) at no additional cost.
Key Requirements
- Provide BLS ambulance services on an as-needed basis, 24 hours a day, seven days a week, including holidays.
- Ensure personnel are courteous, professional, and meet specific qualifications (EMTs, CCTPs, drivers).
- Maintain vehicles in compliance with federal, state, and local regulations, ensuring cleanliness and good repair.
- Utilize the VetRide Vendor Portal or VA-approved Transportation Software for all patient transports and claims submission.
- Adhere to specific response times for scheduled and urgent transports.
- Maintain a Quality Control Plan (QCP) and comply with all applicable health regulations, including COVID-19 and bloodborne pathogens 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, from February 9, 2026, to February 8, 2031.
- Phase-in Period: 30 days from contract award.
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 621910 Ambulance Services (Small Business size standard $22.5 Million)
- PSC: V225 Ambulance Service
Submission & Evaluation
- Offer Due Date: February 6, 2026, 11:00 AM CST.
- Questions Due Date: January 29, 2026, 10:00 AM CST.
- Submission: Proposals must be on company letterhead, include specific company information (name, address, phone, unit/total price, discount, CAGE, UEI, business size, socioeconomic status), and address technical factors from Attachment B. Offerors must sign and return SF1449 and all amendments. Quotes should be submitted to Anitra Carter (anitra.carter@va.gov) and Astrid McKinney (astrid.mckinney@va.gov).
- 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.
Additional Notes
Multiple Wage Determinations are provided for various Texas counties (e.g., Aransas, Nueces, San Patricio, Webb, Maverick, Hidalgo, Cameron), which bidders must consult to accurately calculate labor costs and ensure compliance with the Service Contract Act. A Vendor Questionnaire (Attachment B) is critical for demonstrating capability.