BASIC LIFE SUPPORT (BLS) EMERGENCY MEDICAL SERVICES (EMS)
ID: 26RA003Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG CONT CT TYAD OFCTOBYHANNA, PA, 18466-0000, USA

NAICS

Ambulance Services (621910)

PSC

MEDICAL- OTHER (Q999)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) for Basic Life Support (BLS) - Emergency Medical Services (EMS) outlines requirements for Tobyhanna Army Depot (TYAD). The contractor will provide BLS ground ambulance services with two Pennsylvania-certified EMT-Bs on-site Monday through Friday, 7:00 AM to 5:00 PM. Outside these hours, mutual aid agreements will cover EMS. Key responsibilities include providing equipment, responding to medical and non-medical emergencies, assisting with Public Access Defibrillation (PAD) and Stop the Bleed (STB) programs, and providing additional BLS support for special events. The contract spans a base year with four optional one-year extensions. Detailed sections cover conflicts of interest, overtime, hours of operation, emergency contacts, drug testing, physical requirements, information disclosure, social networking, contractor identification, security, phase-in/out procedures, government-furnished property, antiterrorism (AT), and operations security (OPSEC) requirements. Performance is measured by aggregate response time, aiming for a 60-second turnout and 240-second travel time for medical responses. Comprehensive security protocols, training, and compliance with federal and Army regulations are mandatory for all contractor personnel.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Ambulance Services Robins AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide 24-hour emergency ambulance services at Robins Air Force Base (RAFB) in Warner Robins, Georgia. The contract requires the contractor to supply two fully equipped ambulances and personnel for emergency paramedic response, patient transport, in-flight emergency response, and participation in military exercises, adhering to established medical standards and regulations. This service is crucial for ensuring the health and safety of personnel on base, with a contract modification awarded to United Medevac Solutions Inc. valued at $665,585. Interested parties should submit capability statements to the primary contact, Adriana Lytle, at adriana.lytle@us.af.mil, by the specified deadline, as this notice is not a request for competitive proposals.
    V225--Maine Ambulance unrestricted
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for unrestricted ambulance services, specifically Basic Life Support (BLS), Advanced Life Support (ALS), and Specialty Care Transport (SCT), for eligible Veteran beneficiaries within the VA Maine Healthcare System. The contractor will be responsible for providing all necessary labor, materials, and supervision under a firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contract, which spans five years with a minimum annual guarantee of $1,500 and an ordering ceiling of $5,500,000. These services are crucial for ensuring timely transport to and from the Togus VA, VA Community Based Outpatient Clinics in Maine, and other medical centers in Massachusetts and Vermont, with strict adherence to federal, state, and local regulations. Interested contractors should contact Contract Specialist Sterling R Mathews at sterling.mathews@va.gov for further details regarding the proposal submission process and requirements.
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    V225--Non-Emergent Ground Ambulance CON54 Southern Arizona VA Health Care System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for non-emergency ground ambulance transportation services for the Southern Arizona VA Health Care System (SAVAHCS). The contractor will be responsible for providing Basic Life Support (BLS), Advanced Life Support (ALS), Specialty Care Transport (SCT), and Critical Care Transport (CCT) services, ensuring availability 24/7, including weekends and holidays. These services are crucial for the timely and effective transportation of patients within the VA healthcare system, adhering to state regulations and standards. Interested contractors should note that the solicitation (No. 36C26226Q0121) has a base period from February 1, 2026, to September 30, 2026, with four one-year options extending through September 30, 2030. For further inquiries, contact Rochelle Bennett at Rochelle.Bennett@va.gov or Mayte Diaz at Mayte.Diaz@va.gov.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking qualified contractors for a Firm-Fixed-Price contract focused on Operation & Maintenance (O&M) with incidental repair and minor construction services in support of the Defense Health Agency (DHA) and Medical Research and Development Command (MRDC) facilities. The contract will encompass extensive O&M services, including preventive and corrective maintenance, emergency response, and minor construction, specifically for medical research facilities that operate 24/7 across multiple locations, including Forest Glenn, Aberdeen, and Fort Detrick, MD, and Dover AFB, DE. Interested contractors must demonstrate expertise in medical facility operations, adhere to relevant standards, and manage complex systems effectively, with responses due by December 8, 2025, for market research purposes. For further inquiries, potential contractors can contact Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the secondary contact at ct-cproposals-medcom@usace.army.mil.
    42--BREATHING APPARATUS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of breathing apparatus, specifically NSN 4240017224795, with a requirement for 93 units to be delivered to FB4654 434 LRS LGRS within 20 days after order (ADO). This equipment is critical for fire, rescue, and safety operations, underscoring its importance in ensuring the safety and operational readiness of military personnel. The solicitation is a total small business set-aside, and all responsible sources are encouraged to submit electronic quotes, as hard copies will not be available. Interested parties should direct any inquiries to the buyer via email at DibbsBSM@dla.mil, and the solicitation can be accessed through the DLA's DIBBS website.
    FIRE TRUCK MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    Bridge for Biomedical Equipment Technicians
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure services related to the maintenance, repair, and rebuilding of medical, dental, and veterinary equipment and supplies at Joint Base San Antonio (JBSA) Ft Sam Houston, Texas. This opportunity is focused on supporting biomedical equipment technicians, ensuring that critical medical equipment remains operational and effective for military healthcare services. The procurement is vital for maintaining the readiness and reliability of medical equipment used in various military operations. Interested parties can reach out to Kathy Clayton at kathy.g.clayton.civ@health.mil or by phone at 210-539-8663 for further details regarding this opportunity.
    R Series Advanced Life Support Monitor/Defibrillator
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking procurement for the R Series Advanced Life Support Monitor/Defibrillator. This equipment is critical for medical and surgical applications, specifically categorized under the PSC code 6515, which encompasses medical instruments, equipment, and supplies. The monitor/defibrillator plays a vital role in emergency medical situations, providing essential life support capabilities. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding this opportunity.