V225--Non-Emergency 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 NETWORK CONTRACT OFFICE 02 (36C242), is soliciting proposals for Non-Emergency Ambulance Services for eligible Veterans. This Firm-Fixed-Price contract will cover services at the Canandaigua, NY VA Medical Center and the Rochester, NY Outpatient Clinic (ROPC), as well as other locations within New York State. This acquisition is a Small Business Set-Aside. Offers are due by April 27, 2026, at 14:00 EDT.
Scope of Work
The contractor will provide comprehensive non-emergency ambulance transportation, including Non-Emergent Stretcher Transports, Basic Life Support (BLS), and Advanced Life Support (ALS) services on an as-needed basis. Services must be available 24 hours a day, 365 days a year. Key requirements include transporting patient items, ensuring personnel are courteous and qualified (EMTs, drivers), and maintaining vehicles compliant with all regulations. Compliance with IT security, HIPAA, and bloodborne pathogen protocols is mandatory. The contractor will utilize the VetRide Vendor Portal or VA-approved transportation software for trip requests and invoicing.
Contract Details
- Contract Type: Firm-Fixed-Price
- Period of Performance: Date of Award through April 30, 2031
- Place of Performance: Variable, within New York State, including Canandaigua VA Medical Center, Rochester ROPC, other VA Medical Centers, hospitals, CBOCs, non-VA medical facilities, community care facilities, and veteran residences.
- Set-Aside: Small Business
- NAICS Code: 621910, Size Standard: $22.5 Million
- Wage Determination: Bidders must adhere to U.S. Department of Labor Wage Determination No. 2015-4161, Revision No. 32, which specifies minimum wage rates and fringe benefits for the New York counties of Livingston, Monroe, Ontario, Orleans, and Wayne. This is crucial for labor cost calculations and compliance.
Submission & Evaluation
- Submission: Offers must be submitted electronically in two parts (Technical and Price Quote B.3 Price Schedule) to Lisa.Harris4@va.gov.
- Required Content: Include solicitation number, company name, address, UEI, EFT indicator, information for evaluation factors, completed representations/certifications, and a statement of agreement with terms. Offers must remain firm for 60 calendar days.
- Evaluation Factors: Technical capability, past performance, and price.
Key Deadlines
- Questions Due: April 21, 2026, at 14:00 EDT (email Lisa.Harris4@va.gov)
- Offers Due: April 27, 2026, at 14:00 EDT