V225--Non-Emergency Ambulance Transportation Services for the Canandaigua, NY VAMC and Rochester, NY VA Outpatient Clinic
Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: NY. Response deadline: Feb 24, 2026. Industry: NAICS 621910 • PSC V225.
Market snapshot
Awarded-market signal for NAICS 621910 (last 12 months), benchmarked to sector 62.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 621910
Description
If you would like assistance in responding to this post, please reach out to the Apex Accelerator Team in your area. Their website is APEX Accelerators, and you can find your local office by searching the map on their home page. The Apex Accelerators offer a free service of assistance with reviewing and responding to government notices and postings for potential procurements. This is a Sources Sought Notice (a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Although "proposal," "offeror," contractor, and "offeror" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. The Government is seeking information for market research purposes only. (c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as "proprietary" or "confidential," intended to restrict distribution will not be distributed outside of the Government, except as required by law. (d) This Sources Sought is issued by VISN 2 Contracting Office in Canandaigua, NY for the purpose of collecting information about non-emergency ambulance transportation services for the Canandaigua, New York VAMC, 400 Fort Hill Avenue Canandaigua, NY 14424 and Rochester, New York Outpatient Clinic (ROPC) 260 Calkins Rd, Rochester, NY 14623. The VA estimates this requirement may begin April 2026. The NAICS code identified for this requirement is 621910: Ambulance Services. The requirement is detailed in the Performance Work Statement (PWS) section of this document. NOTE: the PWS included is not the final PWS. (e) Cursory market research has identified small businesses that may be able to provide the services for this requirement. Contractors that are able to meet the requirements in the attachment and possess an interest in performing these service, are encouraged to email a capability statement and full information to Lisa Harris at Lisa.Harris4@va.gov. Please include: 36C24226Q0360, in the subject line. Part of the purpose of this sources sought is to determine the viability of set aside to a specific socio-economic category (service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business). Interested parties MUST provide company/individual name, a capability statement, examples of same or similar work performed at other facilities, SAM UEID number and address, point of contact and social-economic. If contractor is a Service-Disabled Veteran-Owned Small Business (SDVOSB), a Veteran-Owned Small Business (VOSB), or any other special category of contractors, then contractor is responsible for providing documentation in support of this. This information will be used to determine the viability of a set aside for this requirement. The following information is required for determining procurement strategy and viability of sources: Set-aside requirements have limitations on subcontracting. The services will be provided to the Canandaigua and Rochester, NY VA locations. Provide your site location and any supporting documentation/capabilities. If your intention is to subcontract work, what tasks will be performed by you as the prime contractor? What tasks will be performed by a subcontractor, if applicable? How many jobs of this nature, of this scope and this complexity have you performed in the past five years? How many certified/licensed technicians does your company currently employ?
- Contractors shall identify pertinent points of contact for company, and Prime and Sub-Prime (if applicable) Contractor SAM UEID number for verification in SAM.
- Contractor shall provide a listing of any teaming agreements they intend to employ in the performance of this requirement if awarded.
- Contractors shall include any relevant comments and/or questions about the Attachment(s) if applicable.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.