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

SOL #: 36C25226Q0304Pre-Solicitation

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
Response 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 (36C252), is soliciting proposals for Non-Emergent Ground Ambulance Services for the Oscar G. Johnson VA Medical Center and its associated Community-Based Outpatient Clinics (CBOCs), as well as other VA and non-VA locations. This opportunity covers a five-year ordering period from April 1, 2026, to March 31, 2031. Quotes are due by March 30, 2026, at 8:00 AM CDT.

Scope of Work

The contractor will provide comprehensive non-emergency ambulance transportation services 24/7, including weekends and holidays. Services encompass Stretcher Transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT) across Tier 1, 2, and 3 levels. This includes transporting patient luggage, medical records, and medication. Key operational requirements include adherence to stringent health and safety protocols, such as the VTS PPE and Cleaning SOP, and the use of the VetRide Vendor Portal or VA-approved transportation software. The geographic scope covers specific counties in Michigan and Wisconsin, as detailed in Attachment C.

Contract Details

  • Contract Type: Firm Fixed Price Indefinite Quantity Indefinite Delivery (IDIQ)
  • Estimated Maximum Value: $3,500,000.00
  • Minimum Guarantee: $250,000.00 in the first priced period
  • Period of Performance: Approximately five years, from April 1, 2026, to March 31, 2031
  • Set-Aside: Unrestricted, with preference given to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) when other factors are equal.
  • Response Due: March 30, 2026, 8:00 AM CDT
  • Questions Due: March 26, 2026, 2:00 PM local time
  • Published Date: March 24, 2026

Evaluation

Proposals will be evaluated based on several factors, including Price, Technical Capability, Experience, Licenses and Certifications, Quality Control Plan, and Veterans’ Involvement. Offerors seeking SDVOSB/VOSB preference must be registered and verified in the SBA Veterans website and meet federal small business size standards.

Additional Notes

Bidders must confirm their capability for Critical Care Transports (CCTs) by signing and returning Attachment A, which details required drugs and equipment. Compliance with Department of Labor Wage Determinations for specified Michigan and Wisconsin counties is mandatory for labor cost calculations. A sample surveillance checklist (Attachment D) provides insight into performance monitoring. All quotes and questions must be submitted via email to Erika Cannaday at erika.cannaday@va.gov.

People

Points of Contact

Contract SpecialistErika CannadayPRIMARY

Files

Files

No files attached to this opportunity

Versions

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