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 Captain James A Lovell Federal Health Care Center (FHCC) in North Chicago, IL, 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 primarily within the State of Illinois, but could include locations in Wisconsin and surrounding states. **For your awareness, FHCC may also include intracampus transportation in the categories below, but within the campus footprint. Final determination will be made prior to publication of any forthcoming Solicitation. Service Type Estimated Maximum Annual Quantity (A0427) Advanced Life Support, Emergent Transport, Level 1 (ALS 1) Advanced Life Support (ALS) ambulances transport patients who need a higher level of care during transport above those services provided by a BLS ambulance. The unit is staffed by at least one paramedic who has more than 1,000 hours of education and training and are qualified to render advanced life support to patients such as advanced airway management, drug administration and cardiac monitoring under the direction of a hospital. (base rate to include first 25 miles) One-way trip is equivalent to one each for the unit of issue 100 one-way trips (A0428) Basic Life Support, Non-Emergency Transport, Basic Life Support (BLS) ambulances provide transport to patients who do not require extra support or cardiac monitoring. A BLS ambulance is staffed by two emergency medical technicians (EMTs) who have training in basic emergency medical care such as basic airway management, use of an automated external defibrillator and basic drug administration. (base rate, to include first 25 miles) One-Way trip is equivalent to one each for the unit of issue 500 one-way trips (A0426) Non-Emergent Advance Life Support Transport, Level 1 (ALS 1) ((base rate to include first 25 miles) One-way trip is equivalent to one each for the unit of issue 150 one-way trips (A0434) Critical Care Transport (Upper-Level Care) Specialty Care Transport (SCT) As defined by the Centers for Medicare & Medicaid Services (CMS) is IFT of a critically injured or ill beneficiary by a ground ambulance vehicle including the provision of medically necessary supplies and services, at a level of service beyond the scope of the EMT-Paramedic SCT is necessary when a beneficiary s condition requires ongoing care that must be furnished by one or more health professionals in an appropriate specialty area, for care. 50 one-way trips (A0425) Mileage Trip Outside the Base Rate 4500 EA (A0420) Waiting Time (more than 30 minutes shall be paid in 30-minute increments). 30 EA 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 4:00 PM local time on Friday, December 12, 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 capabilities to perform these 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 results of this market research will inform procurement strategy and applicable regulations and policy, such as 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.