V225--Non Emergent Ground Ambulance Oscar G Johnson VAMC Five Year Ordering Period 4/1/2026 - 3/31/2031
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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) has awarded a Firm Fixed-Price contract for Non-Emergent Ground Ambulance Services to INTEGRITY CARE EMS INC. This five-year contract, valued at $2,905,426.00, will support the Oscar G. Johnson VAMC and its associated clinics in Michigan and Wisconsin. The award was made on March 31, 2026.
Scope of Work
The contract requires the provision of non-emergency ambulance transportation services, including Stretcher Transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT) on a 24/7 basis. Services cover specific counties in Michigan and Wisconsin, as detailed in Attachment C of the original solicitation.
Contract Details
- Awardee: INTEGRITY CARE EMS INC (UEI: KTR7WU6BLLY3)
- Award Number: 36C25226D0026
- Award Amount: $2,905,426.00
- Contract Type: Firm-fixed price
- Period of Performance: April 1, 2026, to March 31, 2031 (five-year ordering period)
- Estimated Maximum Value (from solicitation): $3,500,000.00
- Minimum Guarantee (from solicitation): $250,000.00
- Product Service Code (PSC): V225 (Ambulance Service)
- NAICS Code: 621910
Set-Aside
This acquisition was unrestricted. Preference was given to VOSBs and SDVOSBs when other factors were equal, requiring registration and verification in SBA's Vendor website.
Key Requirements & Compliance (from original solicitation)
- Personnel: Must be qualified (EMTs, CCTPs, drivers) and pass background checks.
- Vehicles: Must meet federal, state, and local regulations and be well-maintained.
- Software: Use of VetRide or VA-approved Transportation Software for all transports.
- Health & Safety: Compliance with VHA Directive 1192 (influenza vaccination, masking) and facility policies (drug-free, weapon-free).
- Critical Care Transport: Offerors were required to confirm capability for CCTs, including transport of specified drugs and equipment.
- Wage Determinations: Service Contract Labor Standards apply, with specific DOL Wage Determinations for Michigan and Wisconsin counties dictating minimum wage rates and fringe benefits.
- Performance Monitoring: Contractor performance will be monitored against a surveillance checklist covering 24/7 service, vehicle maintenance, personnel qualifications, training, and sanitation.
Geographic Scope
Services are required across various counties in Michigan (e.g., Chippewa, Mackinac, Alger, Delta, Marquette) and Wisconsin (e.g., Marinette, Forest, Oneida, Vilas, Iron, Lincoln).
Evaluation (from original solicitation)
Factors included Price, Technical Capability, Experience, Licenses and Certifications, Quality Control Plan, and Veterans’ Involvement.