Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2026 SAM #8844
SOLICITATION NOTICE

V -- 636-26-2-2096-0001 - Service - CBOC Ground Ambulance Transport - NWI (VA-26-00002538)

Notice Date
2/10/2026 10:28:14 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621910 — Ambulance Services
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26326Q0311
 
Response Due
2/20/2026 3:00:00 PM
 
Archive Date
05/30/2026
 
Point of Contact
Amanda Patterson-Elliott, Contract Specialist, Phone: 319-688-3578
 
E-Mail Address
amanda.patterson-elliott@va.gov
(amanda.patterson-elliott@va.gov)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This is an Amendment for Technical Questions and Answers. Technical Questions 36C26326Q0311 Price Escalation: The Price/Cost Schedule reflects identical quantities for all years. How will the Government evaluate quotes that account for mandatory annual SCA wage revisions and labor cost increases in the option years? Answer: The quotes will be evaluated by total cost. They will not be evaluated by individual option years. Mileage Estimates: PWS workload data identifies 315 trips and 18,000 ground miles. Can the Government confirm if this mileage estimate includes long-distance regional transfers to facilities such as Omaha or Des Moines?� The Lincoln and Grand Island CBOCs and their surrounding areas are very rural and expansive catchment area and do often result in transports to the Omaha VAMC. Capacity Requirements: PWS 4.5.1.6 requires capacity for four (4) simultaneous requests. Given that PWS 4.5.1.7 indicates a typical volume of 1 2 trips per weekday, will the Government consider lowering the minimum simultaneous capacity requirement to two (2) units? For the CBOC contract we could reduce to capacity of two (2) simultaneous requests. Set-Aside Status: Will the Government consider designating the Grand Island requirement as a Small Business set-aside to maintain regional program consistency with the Omaha solicitation? No. Grand Island is located in a very rural area and Market Research did not reveal that there are enough capable and responsible small businesses to fulfill the needs of this requirement.� Clinical Interventions: Can the VA clarify whether SCT/CCT requirements are evaluated based on provider scope and equipment capability, rather than the expectation that all listed clinical interventions be performed during transport? This is based on the providers requesting the transport.� However, all units must be capable of handling any emergencies while in transit. Monitoring Specifications: Regarding the requirement for 2 temperature monitoring on the X Series monitor, does this refer to dual-channel simultaneous monitoring capability? Yes. The equipment must be able to monitor two temperature sources. 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.� Unfortunately, we cannot accept fingerprints from any other agency.� All fingerprints must be completed by the VA. Page 23, 4.5.1.9.2. Not scheduled in advance, For the forty-five (45) minute response time, does that mean that the ambulance is to arrive on scene within forty-five minutes, or be dispatched within forty-five minutes?� � The ambulance needs to arrive on scene within 45 minutes of being contacted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/73852c36098f497ea388bef1962f5792/view)
 
Place of Performance
Address: Department of Veterans Affiars NWI VA Medical Center 4101 Woolworth Ave, Omaha, NE 68105, USA
Zip Code: 68105
Country: USA
 
Record
SN07711032-F 20260212/260210230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.