V225--Non Emergent Ground Ambulance Five Year Ordering Period 4/1/2026 - 3/31/2031

SOL #: 36C25226Q0304Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
252-NETWORK CONTRACT OFFICE 12 (36C252)
MILWAUKEE, WI, 53214, 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
Mar 24, 2026
2
Last Updated
Mar 24, 2026
3
Submission Deadline
Mar 30, 2026, 1:00 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), specifically Network Contract Office 12, has issued a Solicitation for Non-Emergent Ground Ambulance Services for a five-year ordering period, from approximately April 1, 2026, to March 31, 2031. This unrestricted opportunity seeks providers for the Oscar G. Johnson VA Medical Center and its associated clinics. Quotes are due March 30, 2026, at 1:00 PM Local Time.

Scope of Work

The contractor will provide 24/7 non-emergency ambulance services, including Stretcher Transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT). Services are required across specific counties in Michigan and Wisconsin, as detailed in Attachment C. Key requirements include:

  • Qualified personnel (EMTs, CCTPs, drivers) meeting background check and VHA Directive 1192 (vaccination/masking) requirements.
  • Vehicles compliant with regulations and maintained to high standards.
  • Use of VetRide or VA-approved transportation software.
  • Adherence to stringent infection control protocols, including PPE usage and vehicle cleaning/disinfection procedures outlined in Attachment B.
  • Capability to transport necessary drugs and equipment for CCTs, as confirmed via Attachment A.

Contract Details

  • Type: Firm-Fixed Price
  • Duration: Five-year ordering period (approx. 04/01/2026 - 03/31/2031)
  • Estimated Value: Maximum $3,500,000.00, Minimum Guarantee $250,000.00
  • Set-Aside: Unrestricted, with preference given to Verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) when other factors are equal.
  • Response Due: March 30, 2026, 1:00 PM Local Time
  • Questions Due: March 26, 2026, 2:00 PM Local Time
  • Published: March 24, 2026

Evaluation Factors

Proposals will be evaluated based on Price, Technical Capability, Experience, Licenses and Certifications, Quality Control Plan, and Veterans’ Involvement.

Key Attachments & Notes

Bidders must review several attachments, including:

  • Attachment A: Specialty Care Transport or Critical Care Transport Confirmation.
  • Attachment B: VTS PPE and Cleaning SOP.
  • Attachment C: Counties Covered (Michigan and Wisconsin).
  • Attachment D: Sample Surveillance Checklist (performance standards).
  • DOL Wage Determinations: Multiple documents (2015-4871, 2015-4931, 2015-4919) detailing Service Contract Act minimum wage rates and fringe benefits for relevant Michigan and Wisconsin counties. Service Contract Labor Standards apply. Submission is via email to erika.cannaday@va.gov (maximum 7MB). Offerors must be registered in SAM.gov.

People

Points of Contact

Erika A CannadayContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Mar 24, 2026
Version 1
Pre-Solicitation
Posted: Mar 24, 2026
View