V225--Huntington VAMC Ambulance services

SOL #: 36C24526R0037Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
245-NETWORK CONTRACT OFFICE 5 (36C245)
LINTHICUM, MD, 21090, United States

Place of Performance

Place of performance not available

NAICS

Ambulance Services (621910)

PSC

Ambulance Service (V225)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 1, 2026
2
Submission Deadline
Apr 27, 2026, 7:00 PM

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) is soliciting proposals for Ambulance Transportation Services for the Hershel “Woody” Williams VA Medical Center (HWW VAMC) and its associated Community-Based Outpatient Clinics (CBOCs). This is a Fixed Price 5-year Indefinite Delivery Indefinite Quantity (IDIQ) Contract with an approximate maximum value of $25,000,000.00. Services include Basic Life Support (BLS), Advanced Life Support (ALS), Specialty Care Transport (SCT), and Critical Care Transport (CCT). Offers are due by April 27, 2026, at 3:00 PM EST.

Scope of Work

The contractor will provide comprehensive ambulance services, including vehicles, personnel, management, supplies, and equipment. This covers scheduled add-ons, non-critical transports, and emergent transports across various service levels (BLS, ALS, CCT, SCT). Response times are critical and vary by service type (e.g., emergent ALS within 20 minutes, add-on BLS within 2 hours). The contractor must utilize the VetRide Vendor Portal or VA-Approved Transportation Software for requests and invoicing. Personnel must meet all federal, state, and local certification and licensing requirements. A Quality Control Plan (QCP) is required, and adherence to the Quality Assurance Surveillance Plan (QASP) is mandatory.

Contract Details

  • Type: Fixed Price 5-year Indefinite Delivery Indefinite Quantity (IDIQ) Contract
  • Minimum Guarantee: $1,000.00
  • Approximate Maximum: $25,000,000.00
  • Period of Performance: Base period from June 1, 2026, to September 30, 2026, with subsequent ordering periods extending up to May 31, 2031.
  • Set-Aside: Unrestricted (NAICS 621910, Size Standard $22.5 Million)
  • Place of Performance: Variable, potentially including West Virginia, Pennsylvania, Ohio, Maryland, Kentucky, and Washington D.C., primarily supporting the Huntington VAMC.

Submission & Evaluation

  • Offers Due: April 27, 2026, by 3:00 PM EST
  • Questions Due: April 13, 2025, by 3:00 PM EST
  • Submission Format: Two volumes (Volume I: Technical - Non-Price; Volume II: Price)
  • Evaluation Method: Lowest Price Technically Acceptable (LPTA)
  • Evaluation Factors: Technical Capability, Fleet, Insurance, Personnel, Past Performance, and Price.

Contact Information

People

Points of Contact

mark.smith25@va.govMark SmithPRIMARY

Files

Files

Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 1, 2026
V225--Huntington VAMC Ambulance services | GovScope