VA awards $2.3M contract for ambulance services to Able Ambulance, Inc. in Indiana
Contract Overview
Contract Amount: $2,300,000 ($2.3M)
Contractor: Able Ambulance, Inc
Awarding Agency: Department of Veterans Affairs
Start Date: 2025-09-15
End Date: 2026-09-14
Contract Duration: 364 days
Daily Burn Rate: $6.3K/day
Competition Type: COMPETED UNDER SAP
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: AMBULANCE SERVICE FOR NORTHERN INDIANA HEALTHCARE SYSTEM (NIHCS) OP WAGE INCREASE/FUNDING
Place of Performance
Location: MARION, GRANT County, INDIANA, 46952
State: Indiana Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $2.3 million to ABLE AMBULANCE, INC for work described as: AMBULANCE SERVICE FOR NORTHERN INDIANA HEALTHCARE SYSTEM (NIHCS) OP WAGE INCREASE/FUNDING Key points: 1. Contract value of $2.3 million for one year of ambulance services. 2. Awarded to Able Ambulance, Inc. under a competitive process. 3. Potential risk related to wage increases impacting service cost. 4. Sector is Healthcare, specifically ambulance services for a VA system.
Value Assessment
Rating: good
The contract is a firm-fixed-price delivery order. The base price is $2.3 million for a 364-day period. The contract includes an option for a potential increase, suggesting some flexibility for unforeseen costs.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was competed under the Simplified Acquisition Procedures (SAP), indicating a competitive process for awards under a certain threshold. This method generally promotes price discovery and fair market value.
Taxpayer Impact: The contract value of $2.3 million represents taxpayer funds allocated for essential healthcare services, ensuring veterans receive necessary medical transportation.
Public Impact
Ensures critical ambulance services for veterans in Northern Indiana. Supports local healthcare infrastructure and employment. Provides timely medical transport for emergency and non-emergency situations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for wage increases to drive up costs beyond initial estimates.
- Dependence on a single provider for essential services.
Positive Signals
- Competitive award process.
- Firm-fixed-price contract structure.
Sector Analysis
The healthcare sector, particularly emergency medical services, is vital for public health. Ambulance service contracts often involve complex pricing due to operational costs, personnel, and equipment, with benchmarks varying by region and service level.
Small Business Impact
The data does not indicate if Able Ambulance, Inc. is a small business. Further analysis would be needed to determine the impact on small business participation in this contract.
Oversight & Accountability
The Department of Veterans Affairs is responsible for overseeing this contract to ensure timely and effective delivery of ambulance services to veterans. Performance monitoring and compliance checks are standard oversight mechanisms.
Related Government Programs
- Ambulance Services
- Department of Veterans Affairs Contracting
- Department of Veterans Affairs Programs
Risk Flags
- Potential cost escalation due to wage increase provision.
- Dependence on a single vendor for critical service.
- Contract duration is just under one year, requiring potential re-competition soon.
- Simplified Acquisition Procedures may limit the depth of competition compared to larger contract vehicles.
Tags
ambulance-services, department-of-veterans-affairs, in, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $2.3 million to ABLE AMBULANCE, INC. AMBULANCE SERVICE FOR NORTHERN INDIANA HEALTHCARE SYSTEM (NIHCS) OP WAGE INCREASE/FUNDING
Who is the contractor on this award?
The obligated recipient is ABLE AMBULANCE, 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 $2.3 million.
What is the period of performance?
Start: 2025-09-15. End: 2026-09-14.
What is the projected impact of the wage increase provision on the final cost of the contract?
The contract includes a provision for wage increases, which could potentially raise the final cost above the initial $2.3 million. The firm-fixed-price structure aims to contain costs, but the extent of the wage adjustment and its pass-through to the government will determine the actual taxpayer impact. Further details on the wage indexation mechanism are needed for a precise forecast.
What are the key performance indicators (KPIs) for this ambulance service contract?
Key performance indicators for ambulance service contracts typically include response times, patient care quality, vehicle maintenance, and compliance with medical protocols. The VA likely has specific metrics defined in the contract to ensure Able Ambulance, Inc. meets the required standards for veteran care and service delivery.
How does the pricing of this contract compare to similar ambulance service contracts in the region or for other federal agencies?
Benchmarking this contract's price requires comparison with similar firm-fixed-price ambulance service contracts for federal agencies or regional healthcare providers. Factors like service scope (e.g., ALS vs. BLS), geographic coverage, and included services (e.g., non-emergency transport) significantly influence pricing. Without specific comparable data, a definitive assessment is challenging.
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: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Able Ambulance Inc
Address: 119 S WASHINGTON ST, MARION, IN, 46952
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $2,300,000
Exercised Options: $2,300,000
Current Obligation: $2,300,000
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 36C25022D0078
IDV Type: IDC
Timeline
Start Date: 2025-09-15
Current End Date: 2026-09-14
Potential End Date: 2026-09-14 00:00:00
Last Modified: 2026-03-05
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.)