Closed Solicitation · DEPARTMENT OF VETERANS AFFAIRS

    S215--AMBULANCE STORAGE

    DEPARTMENT OF VETERANS AFFAIRS
    Sol. 36C25926Q0106Special NoticeGreenwood Village, CO
    Closed
    STATUS
    Closed
    closed Dec 3, 2025
    POSTED
    Nov 21, 2025
    Publication date
    NAICS CODE
    493190
    Primary industry classification
    PSC CODE
    S215
    Product & service classification

    AI Summary

    The Department of Veterans Affairs intends to award a sole-source contract for off-site heated and secure storage for two VA-owned ambulances. The facility must maintain specific environmental conditions and comply with VA directives. Interested parties must respond by December 3, 2025, with their capabilities and relevant information.

    Contract details

    Solicitation No.
    36C25926Q0106
    Notice Type
    Special Notice
    Posted Date
    November 21, 2025
    Response Deadline
    December 3, 2025
    NAICS Code
    493190AI guide
    PSC / Class Code
    S215
    Contract Code
    3600
    State
    CO
    ZIP Code
    80111
    AI Product/Service
    service

    Award information

    Awardee
    null
    Award Date

    Description

    Special Notice Special Notice Page 4 of 4 Special Notice *= Required Field Special Notice Page 1 of 4 INTENT TO SOLE SOURCE Ambulance Storage The Department of Veterans Affairs (VA), NCO 19, intends to award a sole-source firm fixed price contract to Koler Investment for off-site heated, powered, and secure vehicle storage. Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per 41 USC §3304(a)(1) as implemented by FAR 6.103-1. The applicable NAICS Code is 493190 Other Warehousing and Storage. This notice of intent is not a request for competitive quotes. Responses received will be evaluated; however, a determination by the Government not to complete the proposed procurement based upon responses received to this notice is solely within the discretion of the Government. Capability Statement Please *answer the following questions when responding: *Failure to provide the information requested (items 1-10) will be considered non-responsive and will not be considered a viable source. What is your company s Socioeconomic Status? (ex: small business, large business, SDVOSB, etc.) Provide SAM UEI, DUNS and/or CAGE Code. Provide general company information and describe your company s technical capability and experience managing and performing contracts requiring a similar level of effort as detailed in the Statement of Work (SOW). Does your company have the capacity, ability and resources to provide all the required services for the VISN 19 facilities and catchment areas as listed in the draft SOW to begin January 1, 2026? Provide supporting documentation of resources available to satisfy the government need: Staffing (number, location, training, credentials, qualifications and nationality), infection control measures, equipment, and an explanation of how your company meets or exceeds Joint Commission and CMS requirements. Describe your company s logistical plan and resources to successfully provide all requirements and services detailed in the Statement of Work (SOW) to begin January 1, 2026. List of Projects (Government and Commercial) that are similar in scope and size. Anticipated Teaming Arrangements (if any). If plan to subcontracting, demonstrate that you will meet the limitations on subcontracting per FAR 52.219-14 for Small Businesses; VAAR 852.219-74 for SDVOSB/VOSB. GSA Contract Number, if applicable. Is your company primarily engaged in performing services as detailed in the SOW? Please provide three (3) performance evaluations for similar size/requirements contracts. Notes: Contractors must have a current registration in the System for Award Management (SAM) at https://sam.gov/SAM/ VOSB or SDVOSB firms must be VetCert certified by the SBA https://veterans.certify.sba.gov/. If you believe that your company is capable of providing eyeglass fitting services in accordance with the draft statement of work, please provide your information and capability by responding to Charles.gritzmacher@va.gov no later than December 3rd, 2025, 10:00 am MST. Statement of Work (SOW) Title: Off-Site Heated, Powered, and Secure Storage for VA-Owned Ambulances Location: Fort Harrison VA Medical Center, Montana 1.0 Purpose The purpose of this contract is to provide heated, powered, and secure off-site storage for two (2) VA-owned Chevrolet 4500 ambulances. The storage facility must maintain environmental conditions that ensure the operational readiness of the vehicles and compliance with applicable VA directives and manufacturer requirements. 2.0 Background Since the launch of the Fort Harrison ASP in 2021, the program has faced ongoing challenges in securing compliant storage for its ambulances during extreme weather. The ambulances contain critical medical equipment and pharmaceuticals that must be maintained within specific temperature and humidity ranges, as outlined in VHA directives. Previously, a combination of on-site and off-site storage solutions were used. However, due to space reallocation and the unavailability of the former off-site facility, no compliant storage options currently exist. This issue was re-elevated to ASP leadership in Spring 2025. The ASP operates two (2) Chevrolet 4500 ambulances, each approximately 10 H x 10 W x 21 L. These vehicles are equipped with: Zoll cardiac monitors Alaris IV pumps LUCAS CPR devices Clima-Tech medication storage cases 31 different medications A full range of emergency medical supplies equivalent to an ER setting Each ambulance includes a 110V/15A shore power port to maintain battery systems and charge onboard equipment. However, the manufacturer s safety system disables shore power when ambient temperatures fall below 10 15°F. Without internal heating, equipment quickly drops below operational temperature thresholds, causing system errors and rendering devices inoperable. Due to national VA space restrictions, the Engineering Department, Space Committee, and Grounds Crew have confirmed that no new structures can be constructed on campus. Therefore, a leased off-site facility is required until permanent infrastructure can be developed. 3.0 Scope of Work The contractor shall provide a secure, enclosed, climate-controlled facility that meets the following minimum requirements: Facility Requirements Access: 24/7 secure access limited to the landlord and authorized FHVA ASP staff Space: Sufficient square footage to accommodate two (2) ambulances (minimum 10 H x 10 W x 21 L per vehicle) Bays must be large enough to park a large vehicle inside and still have room to walk around the vehicle All bays will be located within 200 feet of each other, side by side is preferred however, a close proximity to each other is mandatory. Clearances for safe parking, maneuvering, and access Power: Two (2) dedicated 110V/15A shore power outlets (one per vehicle) Continuous power supply to maintain battery systems and equipment charging Environmental Controls: Maintain internal vehicle temperatures above 40°F at all times Facility must be heated and protected from freezing temperatures 4.0 Lease Agreement Requirements The lease agreement shall include the following provisions: Lease Term: Minimum base period of twelve (12) months: Option to extend the lease on a month-to-month basis or for an additional fixed term, based on weather conditions and operational needs Maintenance and Utilities: The contractor shall be responsible for all facility maintenance, utilities (including heating and electricity), and snow removal to ensure uninterrupted access Insurance and Liability: The contractor shall maintain appropriate liability insurance and provide proof upon request The VA shall not be held liable for damage to the facility or third-party property Compliance: The facility must comply with all local, state, and federal building, fire, and safety codes The contractor must allow periodic inspections by VA personnel to ensure compliance with contract terms 5.0 Applicable References VHA Directive 1761 Supply Chain Management Operations Requires storage areas to maintain 66° 75°F and 20 60% humidity VHA Directive 1108.07 General Pharmacy Service Requirements Requires medication storage between 68° 77°F and 30 60% humidity VHA Directives VTS, PAD, and Pharmacy Require secure, temperature-controlled storage for vehicles and medical supplies 6.0 Period of Performance Base Period: January 1, 2026 December 31, 2026 Option Period 1: January 1, 2027 December 31, 2027 Option Period 2: January 1, 2028 December 31, 2028 Option Period 3: January 1, 2029 December 31, 2029 Option Period 4: January 1, 2030 December 31, 2030 7.0 Place of Performance Contractor s facility located within 15 miles of Fort Harrison VA Medical Center, Fort Harrison, MT. 8.0 Government Furnished Property (GFP) None. 9.0 Security Requirements The contractor shall ensure the facility is secured at all times. Access must be limited to authorized personnel. The contractor shall comply with all applicable VA and federal security standards.

    Key dates

    1. November 21, 2025Posted Date
    2. December 3, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    S215--AMBULANCE STORAGE is a federal contract award from DEPARTMENT OF VETERANS AFFAIRS. Review the award details including the awardee, contract value, and NAICS code.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.