Skip to content
Department of Veterans Affairs

V225--Urgent & Non-Emergent Ambulance Transport (VA-26-00001836)

Solicitation: 36C26326Q0315
Notice ID: 911927320ca649ef8070541d995ed792
TypeCombined Synopsis SolicitationNAICS 621910PSCV225Set-AsideSBADepartmentDepartment of Veterans AffairsPostedFeb 10, 2026, 12:00 AM UTCDueFeb 20, 2026, 11:00 PM UTCExpired

Combined Synopsis Solicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: Department of Veterans Affairs NWI VA Medical Center, 4101 Woolworth Avenue • Omaha, Nebraska • 68105. Response deadline: Feb 20, 2026. Industry: NAICS 621910 • PSC V225.

Market snapshot

Awarded-market signal for NAICS 621910 (last 12 months), benchmarked to sector 62.

12-month awarded value
$31,991,466
Sector total $201,161,620 • Share 15.9%
Live
Median
$4,764,335
P10–P90
$1,075,169$6,351,455
Volatility
Volatile111%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
15.9%
share
Momentum (last 3 vs prior 3 buckets)
+100%($31,991,466)
Deal sizing
$4,764,335 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
Department of Veterans Affairs NWI VA Medical Center, 4101 Woolworth Avenue • Omaha, Nebraska • 68105
Contracting office
Saint Paul, MN • 55101 USA

Point of Contact

Name
Amanda Patterson-Elliott
Email
amanda.patterson-elliott@va.gov
Phone
319-688-3578

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
NETWORK CONTRACT OFFICE 23 (36C263)
Office
Not available
Contracting Office Address
Saint Paul, MN
55101 USA

More in NAICS 621910

Description

This is a combined synopsis/solicitation Amendment for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The Amendment includes Technical Questions and Answers: Technical Questions 36C26326Q0315 Price Escalation & SCA Compliance: The Price/Cost Schedule reflects identical quantities for the base and option years. Does the Government intend to evaluate quotes that include a programmed escalation factor for option years to account for mandatory annual SCA wage revisions under 29 CFR § 4.161? Answer: The quotes will be evaluated by total cost. They will not be evaluated by individual option years. Mileage Estimate Accuracy: This solicitation identifies 1,030 annual trips but only 18,500 total ground miles (averaging 17.9 miles per trip). Given the regional service area, can the Government confirm if these mileage estimates are intended to be restricted to local/urban transports only? Answer: The transports under this contract are not restricted to the local/urban area only occasionally, there are longer distance transports, however, a majority of them are within a 60 mile radius of town. Simultaneous Capacity & Asset Sustainability: PWS 4.5.1.6 requires capacity for four (4) simultaneous requests. Will the Government consider incorporating a "Ready-State Fee" or standby minimum for SCT/CCT and Urgent Transport capabilities to sustain these assets given the projected utilization?  Answer: No. The Government does not have additional funding available beyond the requirement for base trips, and no Line Items shall be added to the quote. SCT/CCT Medication Compliance: Please clarify if compliance requires physical stocking of every listed medication on every SCT/CCT unit at all times, or if the requirement is based on the capability to continue therapy per facility orders and provider scope. Answer: This is part of continuing care; the VA will provide a medical report of medication prior to transport. No, all vehicles do not need to have an onboard at all times. Specialized Equipment Management: Regarding specialized CCT equipment (e.g., VADs, central venous pressure lines), is the contractor expected to provide these devices, or is the requirement to safely monitor and transport patients who already have these devices in place? Answer: The contract vendor must have this equipment, but the VA understands that sometimes they will not. There is a section in the PWS that addresses the use of government equipment and the need to return the equipment to the VA. Occasionally, a veteran will need to be transported with VA staff and equipment; the contractor shall return VA Staff and equipment to the original place of pick-up. Similarly Situated Entities: Will the Government confirm that work performed by a "similarly situated" small business subcontractor (per 13 CFR 125.6) will be excluded from the 50% subcontracting limitation and count toward the Prime s performance requirements? Answer: The Government cannot confirm that work performed by a similarly situated small business contractor will be excluded from the 50% subcontracting limitation. Each case will be evaluated based on the verification and evaluation of the similarly situated small business. Page 17, 4.3.1.5, Investigative requirements, If our providers have been fingerprinted by the Nebraska State Patrol for investigative purposes to be licensed as an EMS Provider in the State of Nebraska/Iowa, can that be accepted instead of being fingerprinted by the VA. For your information, we would estimate we would have at least 200 providers needing fingerprinted.  Answer: Unfortunately, we cannot accept fingerprints from any other agency. All fingerprints must be completed by the VA. Page 23, 4.5.1.9.2 Urgent Transport, does this mean the ambulance is to arrive on scene within fifteen (15) minutes, or be dispatched within fifteen (15) minutes?   Answer: The ambulance needs to arrive on scene within 15 minutes of being contacted. Page 23, Not Scheduled in Advance, does this mean the ambulance is to arrive on scene within forty-five (45) minutes, or be dispatched within forty-five (45) minutes? Answer: The ambulance needs to arrive on scene within 45 minutes of being contacted.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.