Search Contract Opportunities

Non-Emergency Ambulance Services at Clement J Zablocki Milwaukee VAMC

ID: 36C25225Q0646 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The Department of Veterans Affairs is issuing this sources sought synopsis as a means of conducting market research to identify contractors having an interest in and the resources to support a requirement for non-emergency ambulance transportation services for the Clement J Zablocki VA Medical Center, its associated Community-Based Outpatient Clinics, and affiliated healthcare clinics. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 621910 Ambulance Services. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for quotes; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Tentative requirements: The contractor shall provide all vehicles, personnel, management, supplies, equipment, and necessary reporting for the provision of Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT) services. The place of performance is variable; Veterans served within this facility may have pick up or drop off locations within the State of Wisconsin, Michigan, and Illinois. Service Type Est. Annual Quantity BLS Non-emergency trips (0-50 miles from vehicle starting location) (base rate, to include first 25 loaded miles and 30 minutes of wait time) 300 one-way trips BLS Non-emergency trips (51-75 miles from vehicle starting location) (base rate, to include first 25 loaded miles and 30 minutes of wait time) 40 one-way trips BLS Non-emergency trips (>75 miles miles from vehicle starting location) (base rate, to include first 25 loaded miles and 30 minutes of wait time) 20 one-way trips BLS loaded mileage rate (per mile beyond the 25-mile radius) 3100 loaded miles ALS Non-emergency trips (0-50 miles from vehicle starting location) (base rate, to include first 25 loaded miles and 30 minutes of wait time) 20 one-way trips ALS Non-emergency trips (51-75 miles from vehicle starting location) (base rate, to include first 25 loaded miles and 30 minutes of wait time) 5 one-way trips ALS Non-emergency trips (>75 miles from vehicle starting location) (base rate, to include first 25 loaded miles and 30 minutes of wait time) 5 one-way trips ALS loaded mileage rate (per mile beyond the 25-mile radius) 200 loaded miles CCT trips (0-50 miles from vehicle starting location) (base rate, to include first 25 loaded miles and 30 minutes of wait time) 7 one-way trips CCT trips (50-75 miles from vehicle starting location) (base rate, to include first 25 loaded miles and 30 minutes of wait time) 5 one-way trips CCT trips (>75 miles from vehicle starting location) (base rate, to include first 25 loaded miles and 30 minutes of wait time 5 one-way trips CCT loaded mileage rate (per mile beyond the 25-mile radius) 200 loaded miles Waiting Time (15 minute intervals, beyond initial 30 min) 30 units Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 1:00 PM local time on August 6, 2025. All responses under this Sources Sought Notice must be emailed to erika.cannaday@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, vehicle fleet size, and documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. The result of this market research may contribute to determining the method of procurement and any applicable socioeconomic set-aside. Based on the responses to this synopsis and other market research, this requirement may be set-aside for veteran-owned small businesses (SDVOSBs or VOSBs), small businesses, or procured through full and open competition. Limitations on Subcontracting 13 CFR 125.6 will apply to any procurement set-aside for veteran-owned small businesses (SDVOSBs or VOSBs) or small businesses. 13 CFR 125.6 states: (a) General. In order to be awarded a full or partial small business set-aside contract with a value greater than the simplified acquisition threshold (as defined in the FAR at 48 CFR 2.101) in paragraph (a) introductory text; and an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (1) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Before any large or small business can be awarded a federal contract, a contracting officer (CO) must affirmatively determine that the firm is responsible to perform the specific contract it is otherwise in line to receive. If an apparent small business successful offeror is denied a contract award because it lacks certain elements of responsibility, the CO will refer the matter to the Small Business Administration. Once a CO s referral is received by the SBA s area office, the SBA will then inform the small business of the CO s determination and offer it the opportunity to apply to the SBA for a Certificate of Competency by a specific date. Burden of proof is on the small business to demonstrate that it meets specific COC eligibility criteria. After award, if a CO or other VA officials determine a review of limitations on subcontracting compliance is warranted based upon reasonable information of possible noncompliance, a request for review will be submitted to VA s Subcontracting Compliance Review Program.
Background
The Department of Veterans Affairs is conducting market research to identify contractors capable of providing non-emergency ambulance transportation services for the Clement J Zablocki VA Medical Center and its associated Community-Based Outpatient Clinics, as well as affiliated healthcare clinics. The goal of this contract is to ensure that veterans receive timely and efficient transportation services.

Work Details
The contractor shall provide all necessary vehicles, personnel, management, supplies, equipment, and reporting for the provision of Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT) services. The estimated annual quantities for service types are as follows:
- BLS Non-emergency trips (0-50 miles): 300 one-way trips
- BLS Non-emergency trips (51-75 miles): 40 one-way trips
- BLS Non-emergency trips (>75 miles): 20 one-way trips
- BLS loaded mileage rate (beyond 25-mile radius): 3100 loaded miles
- ALS Non-emergency trips (0-50 miles): 20 one-way trips
- ALS Non-emergency trips (51-75 miles): 5 one-way trips
- ALS Non-emergency trips (>75 miles): 5 one-way trips
- ALS loaded mileage rate (beyond 25-mile radius): 200 loaded miles
- CCT trips (0-50 miles): 7 one-way trips
- CCT trips (50-75 miles): 5 one-way trips
- CCT trips (>75 miles): 5 one-way trips
- CCT loaded mileage rate (beyond 25-mile radius): 200 loaded miles.
Additionally, waiting time will be billed in units of 15 minutes beyond the initial 30 minutes, with an estimated total of 30 units.

Place of Performance
The place of performance includes locations within the State of Wisconsin, Michigan, and Illinois where veterans may need pick-up or drop-off services.

Overview

Response Deadline
Aug. 1, 2025, 2:00 p.m. EDT Past Due
Posted
Aug. 1, 2025, 2:09 p.m. EDT
Set Aside
None
Place of Performance
Clement J Zablocki VA Medical Center 500 W National Avenue Milwaukee 53295
Source
SAM

Current SBA Size Standard
$22.5 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
52%
On 8/1/25 VISN 12: Great Lakes Health Care System issued Sources Sought 36C25225Q0646 for Non-Emergency Ambulance Services at Clement J Zablocki Milwaukee VAMC due 8/1/25. The opportunity was issued full & open with NAICS 621910 and PSC V225.
Primary Contact
Title
Contracting Officer
Name
Erika Cannaday   Profile
Phone
414-844-4800x43253

Documents

Posted documents for Sources Sought 36C25225Q0646

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Sources Sought 36C25225Q0646

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 36C25225Q0646

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 36C25225Q0646

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 252-NETWORK CONTRACT OFFICE 12 (36C252)
FPDS Organization Code
3600-0069D
Source Organization Code
100180018
Last Updated
Aug. 1, 2025
Last Updated By
erika.cannaday@va.gov
Archive Date
Aug. 16, 2025