THIS IS NOT A SOLICITATION. This is a Sources Sought Notice only and is issued in accordance with Federal Acquisition Regulation (FAR) 10 Market Research, to conduct market research. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This Sources Sought Notice is issued solely for information and planning purposes and does not constitute a solicitation or guarantee to issue a solicitation in the future. This Sources Sought Notice does not commit the Government to contract for any supply or service. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Not responding to this Sources Sought Notice does not preclude participation in any future solicitation, if issued. This announcement is based on the best information available at this time and is subject to future modification. The North American Industry Classification System (NAICS) Code is 621610 - Home Health Care Services Size Standard $22.5 Million Product Service Code is V129 Transportation/Travel/Relocation Transportation: Other Purpose and Objectives This Sources Sought Notice is issued by VISN 10, Network Contracting Office (NCO) 10 located in Ann Arbor, Michigan for the purpose of collecting information about Ambulance Services for Battle Creek VAMC main campus located 5500 Armstrong Rd, Battle Creek, MI 49037, serving over 45,000 veterans, primarily from the Grand Rapids area and its Community-Based Outpatient Clinics. The VA is seeking contractors to provide for this requirement for five one-year ordering periods. It is anticipated that this will be a Firm Fixed Price, multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract with one award for Battle Creek, MI. A DRAFT copy of the Performance Work Statement (PWS) is attached. Places of Performance: The Battle Creek VAMC main campus is located 5500 Armstrong Rd, Battle Creek, MI 49037, serving over 45,000 veterans, primarily from the Grand Rapids area and its Community-Based Outpatient Clinics. The hospital has 276 inpatient beds and sees approximately 1,025 -inpatient admissions and 235,000 outpatient visits a year. Veterans served within this facility lives within the following counties and zip codes. County Counties/ZIP Codes Covered by Contract Allegan 49010, 49070, 49078, 49080, 49311, 49314, 49323, 49328, 49335, 49344, 49348, 49406, 49408, 49416, 49419, 49450, 49453 Barry 48897, 49035, 49046, 49050, 49058, 49060, 49073, 49325, 49333 Berrien 49022, 49023, 49038, 49039, 49084, 49085, 49098, 49101, 49102, 49103, 49104, 49106, 49107, 49111, 49113, 49115, 49116, 49117, 49119, 49120, 49125, 49126, 49127, 49128, 49129 Branch 49028, 49036, 49082, 49089, 49094, 49255 Calhoun 49011, 49014, 49015, 49016, 49017, 49018, 49020, 49029, 49033, 49037, 49051, 49068, 49092, 49224, 49245 Cass 49031, 49047, 49061, 49067, 49095, 49112, 49130 Clinton 48808, 48820, 48822, 48831, 48833, 48835, 48853, 48866, 48879, 48894, 48906 Eaton 48813, 48821, 48827, 48837, 48861, 48876, 48890, 48908, 48917, 49021, 49076, 49096 Ingham 48805, 48819, 48823, 48824, 48825, 48826, 48840, 48842, 48854, 48864, 48892, 48895, 48901, 48906, 48909, 48910, 48911, 48912, 48915, 48924, 48933, 49251, 49264, 49285 Ionia 48809, 48815, 48845, 48846, 48849, 48851, 48860, 48865, 48870, 48873, 48875, 48881, 48887 Kalamazoo 49001, 49003, 49004, 49005, 49006, 49007, 49008, 49009, 49019, 49048 Kent 49301, 49302, 49306, 49315, 49316, 49317, 49319, 49321, 49326, 49330, 49331, 49341, 49343, 49345, 49351, 49355, 49356, 49357, 49418, 49468, 49501, 49502, 49503, 49504, 40505, 49506, 49507, 49508, 49509, 49510, 49512, 49514, 49515, 49518, 49519, 49523, 49525, 49528, 49530, 49534, 49544, 49546, 49548, 49555, 49560, 49588, 49599 Lake 49304, 49623, 49642, 49644, 49656 Mason 49402, 49405, 49410, 49411, 49431, 49454, 49459 Mecosta 49305, 49307, 49320, 49332, 49336, 49338, 49340, 49342, 49346 Montcalm 48811, 48812, 48818, 48829, 48834, 48838, 48850, 48852, 48884, 48885, 48886, 48888, 48891, 49322, 49329, 49339, 49347 Muskegon 49303, 49318, 49415, 49425, 49437, 49440, 49441, 49442, 49443, 49444, 49445, 49451, 49457, 49461, 49463 Newaygo 49309, 49312, 49327, 49337, 49349, 49412, 49413 Oceana 49420, 49421, 49436, 49446, 49449, 49452, 49455, 4959 Ottawa 49401, 49403, 49404, 49409, 49417, 49422, 49423, 49424, 49426, 49427, 49428, 49429, 49430, 49434, 49435, 49448, 49456, 49460, 49464 St Joseph 49030, 49032, 49040, 49042, 49066, 49072, 49075, 49091, 49093, 49099 Van Buren 49013, 49026, 49027, 49043, 49045, 49055, 49056, 49057, 49062, 49063, 49064, 49065, 49071, 49079, 49090 Responses: Please submit your response in accordance with the following instructions: Responses shall be no more than 20 pages in length. Responses are due by 2/20/2025 at 10:00 AM ET. Responses shall be submitted via email. Email Responses Only will be accepted. No Phone calls. No questions regarding the requirements, as all known information is provided in the DRAFT PWS. Subject line of the Email shall include this 36C25025Q0308 Firm Name BC Ambulance Services. If your response contains proprietary information you will place Proprietary Information in front of the Sources Sought Notice Number. No marketing materials are allowed as part of this Sources Sought Notice. The Government will not review any other information or attachments included in your submission that is not listed herein or exceeds the 20-page limitation. Commercial pricing shall be included with detailed information on how each billable item is priced and billed within your company. Contractors with Federal Supply Schedule (FSS)/General Services Administration Contracts that carries the desired services If you do not have an FSS/GSA contract, you shall state open market If you do have an FSS/GSA contract that provides these services, please provide the Schedule Provide your GSA/FSS/SAC Contract Number Provide the SIN for each billable item If any of the items are not on your GSA/FSS contract you will mark which items are open market. Contractor Point of Contact to include: Name Title Phone Email Company Information to include: Name Address SAM ID Business Size At minimum of 3 Past Performance/Experience within the last 2 years with contact information for these services of at least $3M. Provide a response to if your firm is interested in providing services for all locations, or which locations/states your firm would be capable of meeting the requirements. Provide information as to how you would meet or exceed the requirements in the PWS. Subcontractors: Company Name SAM ID Business Size At minimum of 3 Past Performance/Experience within the last 2 years with contact information for these services of at least $3M. What roll the subcontractor will play and estimated percentage of the work that the subcontractor will be responsible for. Business Size/Type: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), 8(a), Hub Zone Small Business, Women Owned Small Business (WOSB), Small Disadvantaged Business (SDB), Small Business, or Large Business. All prospective Contractors are reminded that in accordance with FAR 4.11 they shall be registered in the System for Award Management (SAM) database and shall complete annual Representations and Certifications in SAM prior to any offer. SAM is located at http://www.sam.gov and consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is no cost to use SAM. FOR SDVOSB/VOSB ONLY: Please note that if responding as an SDVOSB or VOSB, your company must be registered and certified in the SBAs Veteran Small Business Certification (VetCert). Please include a copy of your VetCert certification with your response. Veteran Small Business Certification (sba.gov) FOR ED/WOSB: Please note that as of 10/15/2020 firms can no longer self-certify. You will need to provide a copy of your confirmation from the Small Business Administration s certification. Contractor shall include any relevant comments about the attachments, if applicable. Contractor shall provide a public price list/contract price list for the services described herein. Contractor shall provide a detailed response to include your firm s ability, capability, and responsibility to deliver the services presented in this Sources Sought Notice. Determination by the Government not to compete this proposed contract action based on responses to this notice is solely within the discretion of the Government.