V225--Huntington VAMC Ambulance 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 245-NETWORK CONTRACT OFFICE 5 (36C245), 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 an Unrestricted Fixed-Price 5-year Indefinite Delivery Indefinite Quantity (IDIQ) contract with an estimated maximum value of $25,000,000.00. Offers are due by April 27, 2026, at 3:00 PM EST.
Scope of Work
The contractor will provide comprehensive ambulance services, including Basic Life Support (BLS), Advanced Life Support (ALS), Specialty Care Transport (SCT), and Critical Care Transport (CCT). This encompasses scheduled, add-on, and emergent transportation needs. Key responsibilities include providing all necessary vehicles, qualified personnel, management, supplies, equipment, and reporting. Services must adhere to specific response times, and the contractor must utilize VA-approved transportation software (e.g., VetRide Vendor Portal) for trip requests and invoicing. Personnel must meet specific qualifications, undergo background checks, and comply with all federal, state, and local regulations, including HIPAA. A Quality Control Plan (QCP) is required.
Contract Details
- Type: Fixed-Price 5-year Indefinite Delivery Indefinite Quantity (IDIQ) Contract.
- Period of Performance: A base period from June 1, 2026, to September 30, 2026, followed by five option periods, extending potentially until May 31, 2031.
- Estimated Value: Minimum guaranteed value of $1,000.00, with an estimated maximum value of $25,000,000.00.
- Place of Performance: Primarily Huntington VAMC in Huntington, WV, with services extending to variable locations within West Virginia, Ohio, Kentucky, Pennsylvania, Maryland, and Washington D.C.
- Set-Aside: Unrestricted.
- NAICS Code: 621910 (Ambulance Services).
Submission & Evaluation
- Offers Due: April 27, 2026, by 3:00 PM EST.
- Questions Due: April 13, 2025, by 3:00 PM EST.
- Submission Method: Via email to Mark.Smith25@va.gov.
- Proposal Format: Offers must be submitted in two volumes: Volume I (Technical and Past Performance) and Volume II (Price).
- Evaluation: Award will be based on the lowest evaluated price among quotes that meet or exceed acceptability standards for non-price factors, including Technical Capability, Fleet, Insurance, Personnel, and Past Performance.
Key Clarifications & Notes
An amendment has been issued to incorporate Questions and Answers (Q&As) and provide an updated solicitation document. Key clarifications include:
- The current CLIN structure will be used for pricing.
- Specific simultaneous transport capabilities are required.
- The prescheduled trip cutoff is 1300 hours daily (to be formally amended).
- Electronic Patient Care Records (ePCRs) are required.
- Wait time CLINs are in 30-minute increments.
- The Surveillance Checklist (D.2) outlining performance objectives and surveillance methods will be provided.
- Add-on response time is 60 minutes (30 minutes for urgent critical add-ons).
- Critical Care Transport (CCT) response time standards are firm.