Peterson and Schriever SFB Ambulance Services
ID: FA251725R0013Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, 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
    Description

    The Department of Defense, through the United States Space Force, is seeking a contractor to provide comprehensive ambulance services at Peterson Space Force Base (PSFB) and Schriever Space Force Base (SSFB) in Colorado. The contractor will be responsible for delivering full emergency medical transport services, which include operating dedicated ambulance vehicles, staffing with Emergency Medical Technicians (EMTs) and Paramedics, and ensuring compliance with Colorado state regulations and professional standards. This procurement is a total small business set-aside under NAICS code 621910, with a contract structure comprising a base year and four option years, running from December 1, 2025, to November 30, 2030. Interested parties must submit their quotes by November 18, 2025, at 11:00 A.M. Mountain Time, and can direct inquiries to Devin Higgins at devin.higgins@spaceforce.mil or Kyle Richmond at kyle.richmond@spaceforce.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force, U.S. Space Force, Space Base Delta 1, has issued a combined synopsis/solicitation (FA251725R0013) for ambulance services at Peterson Space Force Base (PSFB) and Schriever Space Force Base (SSFB), Colorado. The contractor will provide full emergency medical transport, including one dedicated ambulance per installation with a backfill, and participate in exercises, special events, and training. Services must meet Colorado regulations and professional standards. This is a 100% small business set-aside with NAICS code 621910 and a $22.5M size standard. The contract will be a Firm Fixed Price (FFP) award, based on the Lowest Price Technically Acceptable (LPTA) proposal. Proposals are due by October 30, 2025, 11:00 A.M. Mountain Time. The performance period includes a base year (December 1, 2025 – November 30, 2026) and four option years. Funds are not currently available, and the government reserves the right to cancel the solicitation.
    The Department of the Air Force, Space Base Delta 1, is issuing an amendment to Solicitation Number FA251725R0013 for ambulance services at Peterson Space Force Base and Schriever Space Force Base, Colorado. The amendment updates points of contact and extends the question due date due to a federal holiday. The contractor will provide emergency medical transport services, including dedicated ambulance vehicles, participation in exercises and special events, and all necessary labor, equipment, and supplies. Services must meet Colorado state regulations and professional standards. This is a 100% small business set-aside with a NAICS code of 621910, Ambulance Services, and a size standard of $22.5M. Proposals are due by October 30, 2025, at 11:00 A.M. Mountain Time. The government intends to award a Firm Fixed Price contract to the lowest-priced, technically acceptable offeror, with a base period and four option years, running until November 30, 2030.
    The Department of the Air Force, United States Space Force, Space Base Delta 1, has issued Amendment 2 to Solicitation Number FA251725R0013 for ambulance services. This Request for Proposal (RFP) seeks a contractor to provide full emergency medical transport services at Peterson Space Force Base (PSFB) and Schriever Space Force Base (SSFB), Colorado. The amendment updates points of contact and extends the quote due date to November 5, 2025, at 11:00 AM Mountain Time. The contractor will furnish labor, management, vehicles, and supplies for one dedicated ambulance at each base, plus a backfill. Services include participation in exercises, special events, and adherence to Colorado regulations and professional standards. This is a 100% small business set-aside with NAICS code 621910 and a $22.5M size standard. The contract will be a Firm Fixed Price (FFP) with a base year and four option years. Proposals will be evaluated using a Lowest Price Technically Acceptable (LPTA) approach, considering technical acceptability (response time, key personnel certifications, mission essential plan) and price. Funds are not currently available, and the government reserves the right to cancel the solicitation. All communications regarding this RFP must be directed to the Contracting Officer or Contracting Specialist.
    The Department of the Air Force, U.S. Space Force, Space Base Delta 1, has issued Amendment 3 to Solicitation Number FA251725R0013, a Request for Proposal (RFP) for ambulance services. This RFP seeks a contractor to provide full emergency medical transport services at Peterson Space Force Base (PSFB) and Schriever Space Force Base (SSFB), Colorado. The services include dedicated ambulance vehicles, participation in exercises and special events, and the provision of EMT and Paramedic services in accordance with Colorado regulations and professional standards. This is a 100% small business set-aside with NAICS code 621910 and a $22.5M size standard. The contract will be a Firm Fixed Price (FFP) award to the lowest priced technically acceptable offeror, with a base year and four option years, starting December 1, 2025, and ending November 30, 2030. Proposals are due by November 5, 2025, 11:00 A.M. Mountain Time. Funds are not currently available, and the government reserves the right to cancel the solicitation.
    The Department of the Air Force, United States Space Force, Space Base Delta 1, has issued Amendment 4 to Solicitation Number FA251725R0013 for ambulance services. This Request for Proposal (RFP) seeks a contractor to provide full emergency medical transport services at Peterson Space Force Base and Schriever Space Force Base, Colorado. The services include dedicated ambulance vehicles, participation in exercises and special events, and adherence to Colorado State regulations and professional standards. The solicitation is a 100% small business set-aside under NAICS code 621910 ($22.5M size standard). Proposals are due by November 5, 2025, at 11:00 AM Mountain Time and will be evaluated using a Lowest Price Technically Acceptable (LPTA) approach, considering technical acceptability and price. Funds are not presently available, and the government reserves the right to cancel the solicitation without obligation.
    The Department of the Air Force, United States Space Force, is issuing Solicitation Number FA251725R0013 AMENDMENT 5, a Request for Quote (RFQ) for ambulance services at Peterson Space Force Base (PSFB) and Schriever Space Force Base (SSFB), Colorado. The contractor will provide full emergency medical transport services, including dedicated ambulance vehicles, personnel (EMT and Paramedic), supplies, and equipment, adhering to Colorado State regulations and professional standards. This is a 100% small business set-aside under NAICS code 621910. The contract will be a Firm Fixed Price (FFP) with a base year and four option years, with performance from December 1, 2025, to November 30, 2030. Quotes are due by November 18, 2025, at 11:00 A.M. Mountain Time. The award will be based on a Lowest Price Technically Acceptable (LPTA) evaluation, considering technical acceptability (response time, key personnel certifications, mission essential plan) and price.
    This Performance Work Statement outlines the requirements for emergency medical transport services at Peterson Space Force Base (PSFB) and Schriever Space Force Base (SSFB), Colorado. The contractor must provide 24/7 ambulance and EMT/Paramedic services, including one dedicated ambulance per installation with backup capabilities. Services include emergency response, patient transport to civilian or military facilities, participation in base exercises, special events, and specialized training. Key requirements cover adherence to Colorado state and local regulations, response time thresholds (90% within 8 minutes, 10% within 12 minutes), proper patient care, and accurate billing for TRICARE and non-TRICARE beneficiaries. The contractor is responsible for providing all labor, vehicles, supplies, and equipment, while the government furnishes grid-maps, flight line driving training, radios, and housing for crews. Personnel must meet specific health, certification, licensing, and security investigation requirements, including background checks and various immunizations. The contractor must establish and maintain a Quality Control Plan and ensure 100% compliance with billing protocols and combating human trafficking regulations. This contract is mission-essential, requiring an Essential Services Plan.
    The document FA251725R0013 outlines critical contractual requirements for Department of Defense (DoD) acquisitions, focusing on payment processing, essential contractor services, and compliance with federal regulations. Key elements include the mandatory use of the Wide Area WorkFlow (WAWF) system for electronic payment requests and receiving reports, with detailed instructions on document types and routing. The contract also incorporates clauses addressing advance obligations of funding, emphasizing that payments are contingent on appropriated funds. Furthermore, it details requirements for the continuation of essential contractor services during crises, mandating a plan and contractor cooperation to maintain mission-critical functions. The document also includes an ombudsman clause for dispute resolution, health and safety regulations on Government installations, and contractor access rules for Air Force bases. Numerous FAR and DFARS clauses are incorporated by reference and full text, covering areas such as business ethics, whistleblower protections, prohibitions on certain telecommunications equipment, small business considerations, labor standards, and supply chain security, ensuring comprehensive adherence to federal law and executive orders.
    This government file, FA251725R0013, outlines various contract clauses and requirements for federal acquisitions, primarily focusing on payment instructions, contractor responsibilities, and legal compliance. Key sections include detailed Wide Area WorkFlow (WAWF) payment instructions (DFARS 252.232-7006), specifying document types, access, training, and routing data for electronic submissions. The document also incorporates numerous Defense Federal Acquisition Regulation Supplement (DFARS) and Federal Acquisition Regulation (FAR) clauses by reference and full text. These cover a broad range of topics such as whistleblower protections, prohibitions on certain telecommunications equipment, supply chain security, small business utilization, labor standards, and environmental regulations. Additionally, it includes supplemental clauses on essential contractor services, an ombudsman for dispute resolution, health and safety on government installations, and contractor access to Air Force installations. The file emphasizes compliance with federal laws and executive orders, particularly regarding business ethics, labor practices, and national security concerns, while also outlining options for contract extension.
    The document, "Attachment 2 CLIN Structure (Price Schedule)" and "Attachment 3, CLIN Sheet," outlines the pricing structure and instructions for offerors bidding on ambulance services for Peterson SFB and Schriever SFB. The contract spans a base year from December 1, 2025, to November 30, 2026, followed by four optional one-year periods, extending through November 30, 2030. Additionally, the CLIN structure includes provisions for two six-month extensions under FAR Clause 52.217-8, covering services until May 31, 2031. Offerors are required to complete the yellow cells in the price schedule with unit prices for monthly ambulance services, ensuring values are rounded to two decimal places, while refraining from altering pre-set formulas or values in the gray cells. The document details the total contract value, which includes the base and option years, plus the 52.217-8 extensions, to determine the total evaluated price.
    This government file, part of an RFP, clarifies requirements for an Emergency Medical Services (EMS) contract, primarily focusing on ground ambulance services. Key clarifications include the necessity of a Colorado State EMS ground ambulance service provider license, the definition of a "dedicated ambulance" as a unit exclusively for the contract, and the requirement for two dedicated 24/7 ambulances (one at Peterson SFB and one at Schriever SFB) with an additional backfill unit. The government also clarified that paragraph 1.10 details Government-Furnished Property, and response time metrics will be calculated monthly per base. Backfill ambulances are expected within 30 minutes for off-base transfers. The document outlines anticipated frequencies for various events requiring EMS support and details the protocol development process involving local entities. It specifies that the fire department will escort ambulances on the airfield, negating the need for EMS flightline driving certification. Patient care documentation and TRICARE billing procedures are also addressed, with an example run sheet provided and billing handled directly between the contractor and insurers. The 21 MDG is not tracking significant deviations from El Paso County protocols. The contractor is responsible for providing key personnel certifications, which the government will monitor.
    This document addresses questions regarding an Emergency Medical Services (EMS) contract for Peterson and Schriever Space Force Bases. Key requirements include possessing a Colorado state EMS ground ambulance license, providing two dedicated ambulances operating 24/7 (one per installation) with an additional backfill unit, and adhering to specific response time metrics calculated monthly. The government clarified that the contract is Firm-Fixed Price (FFP), and while patient care will be billed to TRICARE, the government's payment is for services provided per the PWS, not per-call. The document also details expected frequencies for participation in exercises, special events, and in-flight emergencies. The government will maintain records of key personnel certifications, and state certification for ambulances will suffice, superseding previous county board approvals.
    The "SCHRIEVER F&ES PCR" document is a Patient Care Report (PCR) template designed for emergency medical services (EMS) personnel to document critical information during an incident. This comprehensive form is structured to capture various details, including incident logistics (date, time, location, units dispatched), patient demographics (name, DOB, age, military/civilian status, address), and extensive medical information. The medical section covers chief and secondary complaints, past medical history (PMHx), allergies, medications, and a detailed breakdown of symptoms using the OPQRST (Onset, Provocation, Quality, Radiation, Severity, Time) mnemonic. It also includes sections for vital signs over time, oxygen/airway management, medication administration with dosages and routes, and a narrative section for a detailed account of the incident. The form concludes with fields for the EMT/EMR Tech and reviewer signatures. This document serves as a standardized record-keeping tool for EMS operations, likely used for federal, state, or local government-funded emergency response services to ensure thorough and consistent documentation of patient care.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Commercial Lodging BPA - Peterson SFB
    Buyer not available
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified small businesses to provide commercial lodging services under a Blanket Purchase Agreement (BPA) for personnel stationed at Peterson Space Force Base in Colorado. The contractor will be responsible for supplying single and double occupancy hotel or motel rooms within ten miles of the base, ensuring compliance with specified performance standards, including security, cleanliness, and accessibility. This procurement is vital for accommodating military personnel, particularly Air Reserve Airmen, during their assignments, with the BPA set to remain open for responses until November 25, 2029. Interested vendors should contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details.
    Mortuary Services Agreements
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, has issued a Combined Synopsis/Solicitation notice for a Mortuary Services Agreement. This agreement is a Total Small Business Set-Aside and falls under the category of MEMORIALS; CEMETERIAL AND MORTUARY EQUIPMENT AND SUPPLIES. The place of performance for this agreement is Colorado Springs, CO, USA. The primary contact for this procurement is Tiana Glenn, who can be reached at tiana.glenn@spaceforce.mil or 7195562195. The secondary contact is TSgt Eric Wienke, who can be reached at eric.wienke@spaceforce.mil or 7195565386. The purpose of this solicitation is to establish a Blanket Purchase Agreement (BPA) for mortuary services with a minimum order value of $1.00 and a maximum ceiling of $249,999.99. The BPA will have a period of performance of up to five years. Small businesses are eligible to participate in this solicitation.
    Catholic Priest Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Catholic Priest Services at Space Base Delta 1 (SBD 1) in Colorado Springs, Colorado. The contractor will be responsible for presiding over Catholic liturgical activities, managing programs, and providing pastoral care for the Catholic community, as outlined in the Performance Work Statement (PWS). This opportunity is a total small business set-aside under NAICS code 813110, with a contract structure that includes a base year, four option years, and a six-month extension. Interested offerors must submit their quotations by January 31, 2026, and direct any inquiries to Nicole Harden at nicole.harden.1@spaceforce.mil or Samuel Souil at samuel.souil@spaceforce.mil.
    RELAY GROUND STATION - SOUTH (RGS-S) ANTENNA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build contract to construct the Relay Ground Station - South (RGS-S) Antenna at Schriever Space Force Base in Colorado. This project aims to provide essential facilities and infrastructure to support the Space Force's operations, including concrete pads, antenna foundations, utilities, and backup systems, all within a restricted area. The contract is a total small business set-aside under NAICS code 237130, with an estimated construction magnitude between $10 million and $25 million. Proposals are due by December 9, 2025, and must be submitted electronically via the PIEE system; interested parties can direct inquiries to Brian Reynolds at brian.reynolds@usace.army.mil or Monica A. McKensey at monica.a.mckensey@usace.army.mil.
    BASIC LIFE SUPPORT (BLS) EMERGENCY MEDICAL SERVICES (EMS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Basic Life Support (BLS) Emergency Medical Services (EMS) at the Tobyhanna Army Depot in Pennsylvania. The contractor will be responsible for providing BLS ground ambulance services, including the presence of two Pennsylvania-certified EMT-Bs on-site during operational hours, and will also support emergency response initiatives and special events. This contract is crucial for ensuring timely medical assistance and compliance with federal and Army regulations, with performance metrics focused on response times. Interested parties are invited to a pre-solicitation meeting on December 16, 2025, from 10:00 a.m. to 11:00 a.m. EST, with further inquiries directed to Deborah Belak at deborah.belak.civ@army.mil or by phone at 570-615-7579.
    FASTC Emergency and Fire Services
    Buyer not available
    The Department of State is soliciting proposals for Emergency Medical Services (EMS) and Fire Suppression Services at the Foreign Affairs Security Training Center (FASTC) located in Fort Barfoot, Virginia. The contract requires a prime contractor to provide on-site Advanced Life Support (ALS) ambulances staffed with certified paramedics and EMTs, as well as fire suppression units equipped with trained firefighters capable of vehicle stabilization and extrication. These services are critical due to the hazardous nature of the training exercises conducted at FASTC, necessitating strict adherence to Virginia state certifications and safety standards. Proposals are due by November 7, 2025, and interested parties should direct inquiries to Kerryn Finik at FinikK@state.gov or Paige Goeke at GoekePA@state.gov.
    Special Notice For Space Systems Command Strategic Services Vehicle (SSSV) Program
    Buyer not available
    The Department of Defense, specifically the United States Space Force's Space Systems Command, is issuing a special notice regarding the Strategic Services Vehicle (SSSV) Program, which includes the upcoming release of multiple Blanket Purchase Agreements (BPAs) for various advisory and assistance services. The procurement aims to provide essential support in areas such as Acquisition, Security, Financial Management, and Engineering, with a focus on engaging small businesses, particularly Service-Disabled Veteran-Owned and Woman-Owned Small Businesses. The estimated release for the Acquisition Support BPA is projected for the fourth quarter of Calendar Year 2025, with additional solicitations expected throughout 2026, and a total funding magnitude of approximately $188 million for Acquisition Support alone. Interested parties can reach out to Maria Jimenez or Capt Bryan Smith at ssc.esd.sssv-program@spaceforce.mil for further information.
    USSF COMSATCOM Forecast to Industry Future Requirements Fiscal Year (FY) 2025-2026 (May 2025)
    Buyer not available
    The United States Space Force (USSF) is preparing to issue Requests for Proposals (RFP) for Commercial Satellite Communications (COMSATCOM) services for Fiscal Year 2025-2026. The anticipated procurement will focus on three primary service categories: COMSATCOM Transponded Capacity (CTC), COMSATCOM Subscription Services (CSS), and Complex Commercial SATCOM Solutions (CS3), which are essential for supporting military operations through satellite bandwidth leasing and custom solutions. The projected lifecycle values for these contracts range from under $300,000 to approximately $905 million, with specific projects including Ku Band and C Band bandwidth for range testing and high-throughput services for data applications. Interested parties should note that the timeline for anticipated RFQ releases is from June to December 2025, with awards expected in late 2025 and early 2026. For further inquiries, contact John Seacrist at john.seacrist@spaceforce.mil.
    National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP)
    Buyer not available
    The Department of Defense, through the United States Space Force (USSF), is soliciting proposals for the National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP). This procurement aims to establish multiple award Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts to ensure assured access to space for national security missions, with a focus on affordability and mission success. The selected contractors will compete for approximately 30 missions through annual task order competitions, with a three-year basic ordering period and a five-year option period. Proposals are due by 1500 Pacific Time on December 22, 2025, and interested parties should contact Kirsten Prechtl at kirsten.prechtl@spaceforce.mil or Nicole Balestreri at nicole.balestreri@spaceforce.mil for further details and access to sensitive RFP documents.
    Inflight Paramedic Services - JPATS Oklahoma City, OK
    Buyer not available
    The Department of Justice, through the U.S. Marshals Service (USMS), is soliciting quotes for in-flight paramedic services under solicitation number 15M30026QA3700001, specifically for the Justice Prisoner Air Transportation System (JPATS) in Oklahoma City, OK. The contract, which is set aside for small businesses, requires the contractor to provide all necessary labor, equipment, supplies, and supervision for medical care during flights transporting non-medical, ambulatory prisoners, with a performance period of 12 months and an option for an additional year. Interested offerors must submit their quotations by December 15, 2025, and ensure they have an active registration in the System for Award Management (SAM) prior to submission; questions regarding the solicitation should be directed to Sheila Nimrod at sheila.nimrod@usdoj.gov by December 8, 2025.