OHAS Emergency Medical Services (EMS) Support
ID: F3A0105052A001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4484 87 CONS PKJB MDL, NJ, 08641, USA

NAICS

Ambulance Services (621910)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: AMBULANCE (V225)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 2:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Emergency Medical Services (EMS) support during the Open House Air Show at Joint Base McGuire-Dix-Lakehurst, New Jersey, scheduled for May 17-18, 2025. The contractor will be responsible for providing all necessary personnel, equipment, and vehicles to enhance the base's emergency response capabilities, including a qualified EMS Task Force Leader, paramedics, EMTs, ambulances, and an ambulance bus for non-ambulatory patients. This procurement is crucial for ensuring public safety at a large-scale event expected to attract approximately 125,000 attendees per day. Proposals are due by April 18, 2025, at 10:00 AM EDT, and interested parties should contact Patrick S. Duff at patrick.duff.5@us.af.mil or Daniel Theyn at daniel.theyn@us.af.mil for further information.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 9:05 PM UTC
The Joint Base McGuire-Dix-Lakehurst (JB MDL) is soliciting contracted emergency medical services (EMS) for an Open House and Air Show (OHAS) scheduled for May 17-18, 2025, with an expected daily attendance of 125,000 spectators. The contractor is responsible for providing a diverse team, including an EMS Task Force Leader and Advanced Life Support (ALS) teams, alongside appropriate ambulances and medical resources. Specifically, eight Type III ambulances and one Type I Medical Ambulance Bus are required, capable of accommodating non-ambulatory patients and equipped with the New Jersey interoperable communication system. The contractor's personnel must follow the National Incident Management System (NIMS) guidelines while cooperating closely with the Unified Command during operations. Comprehensive documentation of patient care must adhere to New Jersey Department of Health standards. The operational hours extend from 6 am to 7 pm, with potential for extension during emergencies. The primary place of performance is at the JB MDL Passenger Terminal, and access will be facilitated at designated checkpoints. This RFP reflects the federal government's aim to bolster safety and preparedness in conjunction with large public events.
Mar 27, 2025, 9:05 PM UTC
The Sources Sought Notice outlines the government's market research for Emergency Medical Services (EMS) Support at Joint Base MDL, New Jersey. This notice is strictly for informational purposes and intends to identify potential contractors capable of meeting the requirements specified in the draft Performance Work Statement (PWS). It emphasizes that this announcement does not represent a formal Request for Quote (RFQ) or a commitment to contract. Interested vendors are encouraged to provide a response, detailing their ability to fulfill the service requirements, company socio-economic status, and necessary identification information. The deadline for responses is April 3, 2025, with specific instructions regarding submission. The applicable NAICS code is 621910, and all interested parties, regardless of business size, are invited to participate. The notice serves to gather insights from the market to guide future contracting actions for EMS support at the military base, reflecting the government's proactive approach to service procurement.
Apr 9, 2025, 8:08 PM UTC
The solicitation seeks to procure Emergency Medical Services (EMS) for the Open House and Air Show at Joint Base McGuire-Dix-Lakehurst on May 17 and 18, 2025. The government aims to award a single firm-fixed-price contract based on the Lowest Price Technically Acceptable methodology, evaluating both technical qualifications and pricing. Offerors must demonstrate compliance with technical requirements, such as licensing and certification as per the Performance Work Statement (PWS). Proposals must include detailed pricing for all Contract Line Item Numbers (CLINs), along with a total price that aligns with specified parameters. Submissions require active registration in the System for Award Management (SAM), completion of relevant forms, and all Representations and Certifications. Offers are valid for 90 days, and multiple submissions from one contractor are not permitted. Questions must be directed to the designated Contract Specialist and Officer by April 14, 2025. The evaluation process prioritizes price, then assesses technical acceptability, allowing the government to select the lowest-priced, responsible offeror meeting technical standards. The document outlines stringent submission and evaluation criteria, underscoring the importance of compliance and proper documentation to avoid ineligibility for contract award.
Apr 9, 2025, 8:08 PM UTC
The Department of the Air Force's "Antiterrorism Guide for Contractors" outlines critical measures for contractors operating at Joint Base McGuire-Dix-Lakehurst (JB MDL). It emphasizes the importance of adhering to Department of Defense (DoD) antiterrorism requirements to enhance safety and security for personnel and installations. Contractors are responsible for informing their employees about the JB MDL Antiterrorism Program and are encouraged to complete DoD-approved Level I Antiterrorism training. The guide promotes a "See Something-Say Something" approach for reporting suspicious activities, providing specific points of contact for reporting both on and off-base incidents. It details types of suspicious activities to report, such as surveillance, elicitation attempts, and unusual transactions. It also underscores the necessity for vigilance in preventing personnel and resources from being placed at risk. Contractors are advised to maintain communication with security personnel and provide timely and precise information about any observed suspicious behavior. The document serves as a vital resource in fostering a heightened state of awareness and proactive engagement to mitigate potential terrorism threats within the military and civilian community surrounding JB MDL.
The pamphlet from the Joint Base McGuire-Dix-Lakehurst Antiterrorism Office outlines the responsibilities of contractors in maintaining security and vigilance against terrorism during their time on the base. It emphasizes the importance of being alert to surroundings, reporting suspicious activities, and recognizing unusual behaviors or vehicles. The document details various indicators of potential terrorist activities, including surveillance, elicitation attempts, and suspicious financial transactions. Additionally, contractors are provided with essential contact information for reporting incidents and guidance on how to communicate effectively in emergencies. The pamphlet reinforces the shared responsibility of contractors as "Force Multipliers" in the Global War on Terrorism, encouraging a proactive stance in identifying and reporting security threats to ensure the safety of the base community. This initiative aligns with government efforts to enhance security awareness among all individuals on federal properties.
Apr 9, 2025, 8:08 PM UTC
The document outlines the protocol for urgent health care provision for contractor employees and agents working at Joint Base McGuire-Dix-Lakehurst (JBMDL). It states that the 87th Medical Treatment Facility (MTF) is authorized to provide necessary medical care to save life or limb and alleviate suffering for injuries incurred during duty. Following stabilization, contractors will be transferred to civilian medical facilities. Importantly, all medical costs will be the responsibility of the contractor, as neither the MTF, U.S. Air Force, nor the government will bear these expenses. Billing for services rendered will be processed using an Air Force FORM 552. In cases where the contractor or their employees cannot pay immediately, they will receive a statement of charges along with a letter of indebtedness. Additionally, contractors are required to inform their medical insurance providers timely and facilitate the billing process accordingly. This document serves as a formal guideline within federal RFPs and contracts for health care responsibilities and payment obligations at JBMDL.
Apr 9, 2025, 8:08 PM UTC
The document outlines the Performance Work Statement for Emergency Medical Services (EMS) support at the Joint Base McGuire-Dix-Lakehurst (JB MDL) during an Open House and Air Show (OHAS) on May 17-18, 2025, expecting 125,000 attendees per day. The services aim to augment existing emergency response capabilities, with specific personnel and equipment requirements specified. The contractor must provide a qualified EMS Task Force Leader and a team of paramedics and EMTs, alongside multiple ambulances and an ambulance bus capable of accommodating up to 24 non-ambulatory patients. The structure includes broader operational parameters such as command and control procedures, documentation of patient care, and adherence to the National Incident Management System (NIMS). It emphasizes the need for communication within assigned radio frequencies and accurate reporting using approved healthcare records. The contract administrator details point of contact information for oversight, ensuring effective coordination during the event. Overall, this RFP emphasizes ensuring optimum emergency medical response to ensure safety during significant public assembly, illustrating the government’s commitment to public health and safety in large-scale events.
Apr 9, 2025, 8:08 PM UTC
The document outlines the contractor security requirements for entry to Joint Base McGuire-Dix-Lakehurst (JB MDL), NJ. It mandates criminal history background checks for all contractors seeking access, to be conducted prior to issuing an Installation Access Pass/Card at the Welcome Center. The entry procedures vary based on the duration of access, with checks required for both projects lasting less than and over 60 days. Contractors must also provide an Entry Authority List (EAL) detailing required personnel and their access times, which must be submitted 72 hours before contract commencement. Specific security protocols are in place regarding non-U.S. citizens, contractor vehicle access, and requirements for work in restricted areas. The document emphasizes compliance with these regulations to ensure the safety and security of the installation and its operations. The procedures for establishing temporary free zones during projects are also described, ensuring the integrity of security in work environments adjacent to sensitive areas. Overall, these regulations aim to enhance security management for contractors at JB MDL, aligning with federal policies and operational safety standards.
Apr 9, 2025, 8:08 PM UTC
The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract for emergency medical services at Joint Base McGuire-Dix-Lakehurst, New Jersey. The contract is designated for vital emergency medical services, including provisions for ambulances and associated crews, an ambulance bus with its crew, and advanced life support teams. The total award amount is set at approximately $22.5 million, and proposals are due by April 18, 2025. The procurement is classified under the North American Industry Classification System (NAICS) code 621910, indicating a focus on outpatient care centers. Incorporated clauses from both the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) emphasize compliance with various operational and safety standards. The solicitation aims to foster participation from small and economically disadvantaged businesses, reflecting government efforts to promote diversity in federal contracting. The document also includes sections on contract administration, including invoice processing through the Wide Area Workflow system and specific performance work statements detailing service expectations. This solicitation exemplifies the government's strategy to leverage small business contributions within federal contract frameworks while adhering to regulatory requirements.
Apr 9, 2025, 8:08 PM UTC
Apr 9, 2025, 8:08 PM UTC
Lifecycle
Title
Type
Solicitation
Sources Sought
Similar Opportunities
Ambulance Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking sources for ambulance services at Kirtland Air Force Base (KAFB) in New Mexico. The procurement aims to identify qualified contractors capable of providing paramedic and emergency medical technician (EMT) services, along with fully equipped ambulances for 24/7 emergency medical response and patient transport for personnel on the base. This initiative is critical for ensuring timely medical assistance and compliance with health and safety regulations, including HIPAA for patient confidentiality. Interested businesses must submit their capabilities by April 18, 2025, to Claudia Perry at claudia.perry.2@us.af.mil and Stacey Lee at stacey.lee.2@us.af.mil, with a focus on the NAICS code 621910 and a size standard of $22.5 million.
EMS G5 Software
Buyer not available
The Department of the Air Force is seeking qualified vendors for a sole source procurement of EMS G5 Entitlement Licensing, as outlined in solicitation RFQ FA813925Q0011. This acquisition involves a firm-fixed-price contract for six months of licensing, scheduled from May 1, 2025, to October 31, 2025, and is aimed at ensuring compliance with regulatory requirements while streamlining software licensing processes. Interested vendors must provide a signed response with pricing details by April 18, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, vendors can contact Janee Nesbit at janee.nesbit@us.af.mil or Kyle Newcomb at kyle.newcomb@us.af.mil.
Fuel (Beale AFB Airshow 2025)
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of fuel and refueling services for the 2025 Beale Airshow at Beale Air Force Base in California. The selected contractor will be responsible for delivering aviation fuel, assisting with aircraft refueling, and managing the removal of unspent fuel during the event, which runs from June 5 to June 9, 2025. This opportunity is critical for ensuring the operational readiness and safety of the airshow, which is a significant public event showcasing military aviation capabilities. Proposals are due by April 25, 2025, at 10:00 AM PST, and interested parties should direct inquiries to Teresa Perez at teresa.perez.9@us.af.mil or Lt. Joshua Sweat at joshua.sweat.2@us.af.mil.
Luke Days 2026 NAF Concessionaire Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a qualified contractor to provide Master Concessionaire Services for the Luke Days 2026 Open House/Air Show at Luke Air Force Base in Arizona, scheduled for March 21-22, 2026. The contractor will be responsible for managing food, beverages, and novelty item sales during the event, which is expected to attract approximately 250,000 attendees daily, and must coordinate closely with the 56th Force Support Squadron to ensure a successful operation. Interested firms must submit their proposals by May 5, 2025, addressing the evaluation criteria outlined in the Performance Work Statement, and can direct inquiries to Ana Robinson at ana.robinson@us.af.mil.
Air Force Operational Commercial Solutions Opening
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking innovative commercial solutions under the "Air Force Operational Commercial Solutions Opening" at Joint Base McGuire-Dix-Lakehurst (JB MDL) in New Jersey. The procurement aims to acquire technologies and services that address capability gaps within the Air Force, with a focus on solutions priced under $30,000, although higher proposals may also be considered. This initiative is crucial for enhancing mission capabilities and operational efficiency, particularly in areas such as logistics, security, and training technologies. Interested small businesses must submit their proposals electronically by September 30, 2025, and can reach out to the 87 CONS CSO Team at 87CONS.CSO.Team@us.af.mil for further information.
National Registry Emergency Medical Technicians
Buyer not available
The U.S. Army Special Operations Command, under the Department of Defense, is seeking information from potential contractors to provide national certifications for Emergency Medical Technicians (EMTs) and Paramedics for the Joint Special Operations Medical Training Center. This Request for Information (RFI) aims to gather insights and capabilities from industry participants to inform future procurement strategies, emphasizing the importance of these certifications in enhancing emergency medical training and operational readiness. Interested firms are required to submit detailed documentation demonstrating their capabilities and relevant experience by October 17, 2024, and must be registered with the System for Award Management. For further inquiries, potential respondents can contact Debbie Harris at debbie.harris.civ@socom.mil or Jonathan D. Long at jonathan.long@socom.mil.
MISSILE MISHAP RESPONSE TEAM (MMRT) MOBILE AIR TRAILER
Buyer not available
The Department of Defense, specifically the Air Force Materiel Command, is seeking proposals from small businesses for the procurement of a Mobile Air Trailer designed for the Missile Mishap Response Team (MMRT) at Hill Air Force Base, Utah. The primary requirement is for a custom enclosed trailer equipped with a cascade air system to supply and refill Self-Contained Breathing Apparatus (SCBA) during emergency situations. This procurement is critical for enhancing emergency readiness and operational efficiency, ensuring that the MMRT can effectively respond to incidents involving missile mishaps. Interested vendors must submit their proposals by May 12, 2025, with all inquiries due by April 25, 2025. Proposals should be directed to Contract Specialist Rachel Wright at rachel.wright.9@us.af.mil and Contract Officer Melissa Huston at melissa.huston.2@us.af.mil.
CY25 KAFB Airshow - Magnetometers
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the rental of magnetometers for the CY25 KAFB Airshow at Kirtland Air Force Base in New Mexico, scheduled from May 29 to June 1, 2025. The procurement requires the contractor to provide three dual lane and one single lane walk-through weapons detection systems capable of processing up to 14,000 individuals per hour while minimizing false alarms. This initiative underscores the importance of maintaining high security standards during large public events, ensuring efficient and effective screening of attendees. Interested small businesses must submit their quotes by April 18, 2025, and direct any questions to the designated contacts by April 11, 2025; the primary contact is Andrew Wiseman at andrew.wiseman.2@us.af.mil or 505-246-6893.
Wings Over Wyoming Air Boss and Announcer
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Air Boss and Announcer services for the Wings Over Wyoming Airshow, scheduled for July 26, 2025, at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for managing air operations, ensuring safety protocols, conducting pre-show briefings, and performing crowd control during emergencies, all while adhering to FAA regulations and maintaining a professional demeanor throughout the event. This procurement is a Total Small Business Set-Aside under NAICS code 711310, with a firm fixed-price contract expected to be awarded based on the lowest priced technically acceptable quote. Interested parties must submit their quotes by April 18, 2025, and direct any questions to Amber Wiltanger at amber.wiltanger@us.af.mil or Matthew Gauert at matthew.gauert.2@us.af.mil.
Tents (Beale AFB Airshow 2025)
Buyer not available
The Department of Defense, specifically the 9th Reconnaissance Wing, is seeking qualified vendors to provide tent rental and set-up/tear-down services for the Beale Air Force Base Airshow scheduled for June 6 to 8, 2025. The procurement includes the delivery and installation of a large Distinguished Visitor area, requiring a 60’x40’ tent along with 47 10’x10’ and 4 10’x20’ canopy tents, all to be set up by June 6, 2025, at 0900. This event is crucial for enhancing the visitor experience and ensuring operational functionality during the Air Show, necessitating compliance with safety, security, and liability insurance requirements. Interested parties should contact Teresa Perez at teresa.perez.9@us.af.mil or Lt. Joshua Sweat at joshua.sweat.2@us.af.mil for further information, as this is a Total Small Business Set-Aside opportunity under NAICS code 532289.