VA awards $6.27M ambulance service contract to Alert Ambulance Service, Inc. for Massachusetts
Contract Overview
Contract Amount: $6,267,000 ($6.3M)
Contractor: Alert Ambulance Service, Inc.
Awarding Agency: Department of Veterans Affairs
Start Date: 2026-01-01
End Date: 2026-12-31
Contract Duration: 364 days
Daily Burn Rate: $17.2K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: AMBULANCE SERVICE
Place of Performance
Location: JAMAICA PLAIN, SUFFOLK County, MASSACHUSETTS, 02130
Plain-Language Summary
Department of Veterans Affairs obligated $6.3 million to ALERT AMBULANCE SERVICE, INC. for work described as: AMBULANCE SERVICE Key points: 1. Contract value represents a significant investment in essential medical transport services. 2. Full and open competition suggests a potentially competitive bidding environment. 3. Fixed-price contract type helps mitigate cost overrun risks for the government. 4. Contract duration of one year with potential for extensions indicates ongoing need. 5. Service area is focused on Massachusetts, aligning with regional healthcare demands. 6. NAICS code 621910 points to a specialized segment within healthcare services.
Value Assessment
Rating: good
The contract value of $6.27 million for one year of ambulance services appears reasonable given the critical nature of the service. Benchmarking against similar contracts for ambulance services in Massachusetts would provide a more precise value-for-money assessment. The firm fixed-price structure is a positive indicator for cost control. Without specific per-unit cost data or comparison to market rates for similar service levels and response times, a definitive value assessment is challenging, but the overall contract size suggests a substantial operational requirement.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. This approach generally fosters a competitive environment, which can lead to better pricing and service quality. The number of bidders is not specified, but the open competition suggests that the VA sought to maximize the pool of potential providers to ensure the best value. The level of competition is a key factor in determining price discovery and ensuring taxpayer funds are used efficiently.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it encourages multiple companies to bid, driving down prices and potentially leading to more innovative service offerings. This process helps ensure that the government is not overpaying for essential services.
Public Impact
Veterans in Massachusetts will benefit from reliable and timely ambulance transportation services. The contract ensures the availability of critical emergency medical services for beneficiaries. Geographic impact is concentrated within Massachusetts, serving the VA healthcare network in the state. Workforce implications include employment opportunities for paramedics, EMTs, and support staff within Alert Ambulance Service, Inc.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for service disruptions if contractor performance falters.
- Dependence on a single contractor for a critical service.
- Ensuring consistent quality of care across all service calls.
Positive Signals
- Firm fixed-price contract limits cost uncertainty.
- Full and open competition suggests a robust selection process.
- Contract duration provides stability for service provision.
Sector Analysis
The healthcare services sector, specifically emergency medical transportation, is vital for public health infrastructure. Ambulance services operate within a highly regulated environment, requiring specialized equipment, trained personnel, and adherence to strict protocols. The market size for such services is substantial, driven by both public and private demand. This contract fits within the broader category of healthcare support services, ensuring that a critical component of the VA's healthcare delivery system is operational.
Small Business Impact
The contract details do not indicate any specific small business set-aside provisions. Alert Ambulance Service, Inc. is likely a larger entity, and the contract was awarded through full and open competition. There is no explicit information on subcontracting plans for small businesses. The impact on the small business ecosystem would depend on whether Alert Ambulance Service, Inc. actively engages small businesses as subcontractors, which is not detailed in the provided data.
Oversight & Accountability
Oversight for this contract will primarily reside with the Department of Veterans Affairs (VA). The VA's contracting officers and program managers are responsible for monitoring contractor performance, ensuring compliance with contract terms, and addressing any issues that arise. The firm fixed-price nature of the contract provides a degree of accountability for the contractor to deliver services within the agreed-upon budget. Transparency is facilitated through contract award databases, though detailed performance metrics may not be publicly available.
Related Government Programs
- Emergency Medical Services
- Veteran Healthcare Services
- Medical Transportation Contracts
- Healthcare Support Services
Risk Flags
- Potential for service gaps if contractor fails to meet demand.
- Ensuring compliance with state and federal healthcare regulations.
- Maintaining consistent quality of care across all operations.
Tags
healthcare, ambulance-service, department-of-veterans-affairs, delivery-order, firm-fixed-price, full-and-open-competition, massachusetts, emergency-medical-services, veteran-affairs, healthcare-support
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $6.3 million to ALERT AMBULANCE SERVICE, INC.. AMBULANCE SERVICE
Who is the contractor on this award?
The obligated recipient is ALERT AMBULANCE SERVICE, INC..
Which agency awarded this contract?
Awarding agency: Department of Veterans Affairs (Department of Veterans Affairs).
What is the total obligated amount?
The obligated amount is $6.3 million.
What is the period of performance?
Start: 2026-01-01. End: 2026-12-31.
What is the track record of Alert Ambulance Service, Inc. with federal contracts, particularly with the Department of Veterans Affairs?
Information regarding Alert Ambulance Service, Inc.'s specific track record with federal contracts, especially with the Department of Veterans Affairs, is not detailed in the provided data. A comprehensive analysis would require reviewing historical contract awards, performance evaluations (such as past performance questionnaires), and any documented disputes or terminations associated with this contractor. Understanding their history with similar service requirements and their ability to meet federal standards for emergency medical services is crucial for assessing future performance risk. Without this historical data, it is difficult to definitively gauge their reliability and past success in fulfilling government obligations.
How does the awarded price compare to market rates for similar ambulance services in Massachusetts?
The provided data does not include specific per-unit costs or detailed service level agreements that would allow for a direct comparison to market rates for similar ambulance services in Massachusetts. The total contract value of $6.27 million for a one-year period is a significant figure, suggesting a substantial operational scope. To benchmark effectively, one would need to analyze the number of expected transports, response time requirements, types of vehicles, and geographic coverage stipulated in the contract against publicly available pricing data or industry benchmarks for private ambulance providers in the region. The firm fixed-price nature implies the contractor has factored in their costs and profit margins, but the reasonableness of these is not immediately apparent without further market data.
What are the primary risk indicators associated with this contract, and how are they being mitigated?
Primary risk indicators for this contract include potential service disruptions due to unforeseen events (e.g., equipment failure, staff shortages), contractor underperformance impacting patient care, and the inherent risk of relying on a single provider for a critical service. Mitigation strategies are embedded within the contract structure. The firm fixed-price (FFP) arrangement shifts some financial risk to the contractor. The full and open competition process aims to select a capable provider. The VA's oversight mechanisms, including performance monitoring and potential remedies for non-compliance, are crucial for managing operational risks. Clear performance standards and reporting requirements would further enhance risk mitigation.
How effective is the VA in ensuring the quality and timeliness of ambulance services delivered under this contract?
The effectiveness of the VA in ensuring quality and timeliness hinges on its oversight and performance management processes, which are not fully detailed here. The contract specifies a one-year duration with a defined end date, suggesting a need for consistent service. The firm fixed-price structure incentivizes the contractor to meet service level agreements to avoid penalties or non-renewal. Key to effectiveness would be the VA's established metrics for response times, patient outcomes, fleet maintenance, and staff qualifications, coupled with regular audits and performance reviews. Without insight into these specific oversight activities, a definitive assessment of effectiveness is challenging.
What are the historical spending patterns for ambulance services by the Department of Veterans Affairs, and how does this award fit within that trend?
Historical spending patterns for ambulance services by the VA are not provided in the data. To understand this context, one would need to examine VA's budget allocations and actual expenditures on ambulance services over previous fiscal years, potentially broken down by region or facility. This $6.27 million award for Massachusetts represents a specific investment for a defined period. Analyzing whether this amount is higher, lower, or consistent with previous years' spending for similar services in the region would indicate trends. Factors like changes in veteran population, healthcare policy, or service area expansion could influence spending patterns.
What are the implications of the 'MASSACHUSETTS' state code (ST='MA') for the delivery and oversight of these ambulance services?
The 'MASSACHUSETTS' state code (ST='MA') indicates that the ambulance services procured under this contract are intended for delivery within the state of Massachusetts. This has several implications: 1) Geographic Focus: The contractor, Alert Ambulance Service, Inc., must have operational capacity and licensing to serve this specific geographic area. 2) Regulatory Compliance: Services must comply with Massachusetts state and local regulations governing ambulance operations, emergency medical services, and healthcare providers. 3) Oversight: While the contract is federal, state-level regulations and potentially state-specific healthcare needs will influence service delivery. VA oversight will likely coordinate with state requirements to ensure comprehensive service provision and compliance.
Industry Classification
NAICS: Health Care and Social Assistance › Other Ambulatory Health Care Services › Ambulance Services
Product/Service Code: TRANSPORT, TRAVEL, RELOCATION › TRAVEL, LODGING, RECRUITMENT SVCS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1290 WILSON RD, FALL RIVER, MA, 02720
Business Categories: Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $6,267,000
Exercised Options: $6,267,000
Current Obligation: $6,267,000
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 36C24124D0064
IDV Type: IDC
Timeline
Start Date: 2026-01-01
Current End Date: 2026-12-31
Potential End Date: 2026-12-31 00:00:00
Last Modified: 2025-12-29
More Contracts from Alert Ambulance Service, Inc.
- Als/Bls Ambulance Transportation for VA HCS Providence, RI — $841.9K (Department of Veterans Affairs)
- Wheelchair VAN Transportation Services for VA Providence HCS Base + 4 Option Periods — $739.6K (Department of Veterans Affairs)
- Special Mode (wheelchair) Transportation Services Providence Vamc — $638.3K (Department of Veterans Affairs)
- Als/Bls Ambulance Transport Services Providence Vamc — $579.8K (Department of Veterans Affairs)
- Als/Bls Ambulance Transport Services Providence Vamc — $425.3K (Department of Veterans Affairs)
Other Department of Veterans Affairs Contracts
- CCN Region 3 Express Report — $5.2B (Optum Public Sector Solutions, Inc.)
- Express Report for FY22 Region 2 — $5.1B (Optum Public Sector Solutions, Inc.)
- Fiscal Year 2022 Express Report for Region 1 — $4.2B (Optum Public Sector Solutions, Inc.)
- Express Report for the Patient Centered Community Care (PC3) Contract — $3.3B (Triwest Healthcare Alliance Corp)
- CCN Region Three FY21 Express Report — $3.1B (Optum Public Sector Solutions, Inc.)