Naval Branch Health Clinic Bahrain - Ambulance Services
ID: HT940626QE008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFREDERICK, MD, 21702, USA

NAICS

Ambulance Services (621910)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for ambulance and patient transport services at the Naval Branch Health Clinic (NBHC) in Bahrain. The contract, designated as a Firm Fixed Price (FFP) arrangement, requires the contractor to provide fully equipped ambulances staffed with qualified personnel, including EMT-Paramedics, to operate 24/7 within a 45 km radius of Naval Support Activity Bahrain. This service is critical for ensuring timely patient transport to host nation hospitals and maintaining emergency medical capabilities in the region. Interested offerors must submit their proposals by January 14, 2026, and direct any questions to Carol Uebelacker at carol.e.uebelacker.civ@health.mil by December 29, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines instructions for offerors responding to Solicitation HT940626QE008 for commercial, non-personal services under a Firm Fixed-Price contract. The period of performance includes a base year from February 2026 to February 2027, with four one-year option periods. Proposals are due by 12:00 PM EST on January 14, 2026, and questions must be submitted by 12:00 PM EST on December 29, 2025, to Carol Uebelacker at carol.e.uebelacker.civ@health.mil. Submissions must include a coversheet, table of contents, POCs, a maximum five-page technical capability statement, pricing on SF 1449, a technical description, and proof of active JCCS registration. Offers must remain valid for 90 days. Proposals will be evaluated on Price, Technical Capability (understanding of PWS), and Past Performance (Government-obtained references). Failure to complete SF1449 and submit applicable FAR/DFARS clauses will render the offer non-compliant. The government does not intend to subcontract this requirement.
    This document outlines instructions for offerors responding to Solicitation #HT940626QE007 for commercial, non-personal services, resulting in a Firm Fixed-Price contract. The period of performance includes a base period from February 2026 to February 2027 and four one-year option periods. Proposals are due by 12:00 PM EST on January 14, 2026, and questions must be submitted by 12:00 PM EST on December 26, 2026, both to Carol Uebelacker at carol.e.uebelacker.civ@health.mil. Submissions must include a coversheet, table of contents, POCs, a five-page technical capability statement, pricing (for all CLINs on SF 1449 page 3), a technical description of services, and proof of active JCCS registration. Pricing must remain valid for 90 days. Proposals will be evaluated on price, technical capability, and past performance, with no additional past performance information required from offerors. Failure to adhere to instructions, including completing SF1449 blocks 17a, 30a-c, and pricing for all CLINs, will result in non-compliance.
    The document outlines the evaluation criteria for a government contract, emphasizing a lowest price technically acceptable (LPTA) basis for award. Proposals will be evaluated on Price, Technical Capability, and Past Performance, in that order of importance. Price will be assessed for reasonableness and completeness, ensuring all line-item prices and periods are covered. Technical Capability evaluates the offeror's ability to perform and understand the requirements of the Performance Work Statement. Past Performance considers recency, relevancy, and quality, leading to a Performance Confidence Assessment rating from Substantial Confidence to Neutral Confidence. Unacceptable ratings in Technical Capability will result in overall rejection. The government intends to award without discussions and reserves the right to use various sources for past performance information.
    The Naval Branch Health Clinic (NBHC) Bahrain requires ambulance and patient transport services, including emergency medical services with EMT-Paramedic (EMT-P) capabilities. The contractor will provide fully equipped ambulances, staffed with at least one EMT-B and one EMT-P, operating 24/7/365 within a 45 km radius of NSA Bahrain to transport patients to host nation hospitals. Key duties include safe and expeditious transport, patient care in accordance with established protocols and infection control, drill participation, and detailed record-keeping. The contractor is responsible for maintaining vehicles, equipment, and supplies, including providing backup ambulances and ensuring all personnel are qualified, fluent in English, and hold current certifications like Basic Life Support (BLS), Advanced Cardiac Life Support (ACLS), and Pediatric Advanced Life Support (PALS). The contractor must submit personnel qualification packages, adhere to a Government-approved Quality Control Plan, and comply with all Kingdom of Bahrain and Department of Navy regulations. They are also responsible for furnishing all labor, supervision, uniforms, training, ambulances, and necessary medical equipment and supplies, as well as maintaining various insurance coverages.
    This document is a solicitation for Women-Owned Small Businesses (WOSB) to provide ambulance and patient transport services to the Defense Health Agency at Naval Branch Health Clinic (NBHC) Bahrain. The solicitation, HT940626QE008, was issued on December 16, 2025, with an offer due date of January 14, 2026. The contract is a firm-fixed-price arrangement for an initial 12-month period, with four optional 12-month extensions, extending the potential period of performance until February 2031. It incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including specific instructions for invoicing directly to Mr. Darren Taylor at the US Branch Clinic Bahrain, explicitly stating that the Wide Area WorkFlow (WAWF) system should not be utilized for this contract. The services are designated as "essential contractor services," requiring the contractor to maintain a plan for continued performance during crisis situations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Ambulance Services Robins AFB
    Dept Of Defense
    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
    Veterans Affairs, Department Of
    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.
    V225--Ambulance Services (Gallipolis area)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for ambulance services in the Gallipolis area, specifically for the Hershel “Williams” Williams VA Medical Center and its associated clinics. The procurement involves a fixed-price, indefinite delivery/indefinite quantity (IDIQ) contract that requires the contractor to provide Basic Life Support (BLS), Advanced Life Support (ALS), Specialty Care Transport (SCT), and Critical Care Transport (CCT) services, ensuring compliance with federal, state, and local regulations. This contract is crucial for maintaining patient welfare and timely medical transport, with an estimated 10-20 transports daily on weekdays and a minimum guarantee of $1,000 over five years. Interested parties must submit their proposals by January 9, 2026, at 3:00 PM Eastern Time, and can contact Mark Smith at mark.smith25@va.gov for further information.
    Provision of Off-road Capable Ambulances to the Ministry of Health and Social Services (MHSS)
    State, Department Of
    The U.S. Embassy in Windhoek, Namibia, is seeking qualified contractors to provide two off-road capable ambulances for the Ministry of Health and Social Services (MHSS). The procurement includes not only the ambulances but also spare parts and a two-year service/warranty for heavy use, with all service work required to be conducted within Namibia. These ambulances are crucial for enhancing emergency medical services in the region, ensuring that health services can effectively respond to various terrains and conditions. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to submit their offers electronically before the specified deadline. For further inquiries, contact David Newton at whkproc@state.gov or +2642025257.
    DDNB Truck Lease
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking quotations for the lease of three new diesel trucks in Bahrain, specifically ISUZU NPR SLWB Cargo 3.0L 6.5T GVW models. The procurement aims to establish a Firm Fixed Price purchase order for a lease period of 24 months, which includes a base year and an option year, to support material transport operations within the Kingdom of Bahrain. The contractor will be responsible for vehicle maintenance, repairs, and providing substitute vehicles if any leased truck becomes inoperable, while the U.S. Government will supply diesel fuel. Interested vendors must submit their quotes electronically by January 9, 2026, at 10:00 AM EST, and should contact Adrienne Hawkins at Adrienne.hawkins@dla.mil for further information.
    Hamilton Ventilators Maintenance Service for NMCP Portsmouth, VA
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking proposals for a Firm Fixed Price service contract for Hamilton Ventilator Maintenance Services at the Naval Medical Center Portsmouth, Virginia. The contract requires comprehensive maintenance and repair services for Hamilton ventilators across various departments, including Respiratory, ICU, NICU, ER, and PICU, with provisions for annual preventive maintenance, emergency repairs, and full coverage of parts, labor, and software updates. This opportunity is particularly significant as it ensures the operational readiness of critical medical equipment essential for patient care. Interested offerors, particularly Women-Owned Small Businesses (WOSB), must submit their proposals by 12:00 pm EST on February 4, 2026, and direct any questions to Cynthia Scharnowske or Carol Uebelacker by January 16, 2026, at 2:00 pm EST.
    V212--NEMT Base w/WD
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 22, is seeking proposals for Non-Emergent Medical Transportation (NEMT) services for the VA Long Beach Healthcare System. The contract will cover various transportation needs, including wheelchair vans, hired cars, and gurney vans, with services categorized by base rates, per-mile charges, and waiting times, spanning from April 1, 2026, to September 30, 2030. This procurement is crucial for ensuring that veterans have reliable access to medical appointments and services. Interested vendors must submit their offers via email to Contract Specialist Diana McInnis at diana.mcinnis@va.gov by January 16, 2026, at 1:00 PM PST, and are encouraged to attend a site visit on January 6, 2026, to better understand the requirements.
    ABQ GROUND AMBULANCE SVC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide ground ambulance services, specifically Basic Life Support (BLS) and Advanced Life Support (ALS), for beneficiaries of the New Mexico Veterans Affairs Health Care System (NMVAHCS) in Albuquerque, New Mexico. The contractor will be responsible for delivering scheduled and on-call services 24 hours a day, 365 days a year, to designated areas both within and outside the city limits of Albuquerque. These services are crucial for ensuring timely medical transportation for veterans, enhancing their access to necessary healthcare. Interested parties can reach out to Rochelle Bennett at Rochelle.Bennett@va.gov for further details regarding this opportunity.
    Birmingham Critical Care Transport
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Critical Care Transportation Services for the Birmingham VA Medical Center. The procurement requires the contractor to deliver accredited 24-hour air and ground critical care transport services, which must include specially equipped ambulances staffed with a physician, registered nurse, and respiratory therapist as necessary, while adhering to strict response times and regulatory compliance. This service is crucial for ensuring timely and effective medical transport for veterans in critical conditions, emphasizing the importance of qualified personnel and equipment. Interested parties can obtain further details from Thomas Nicholls at thomas.nicholls@va.gov, with the contract structured for a base year and four option years, as outlined in the attached Combined Synopsis/Solicitation document.
    Philippines Aeromedical Evacuation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking information from vendors capable of providing fixed-wing aeromedical evacuation services in the vicinity of the Luzon Strait Islands, Republic of the Philippines. The procurement aims to establish a contract for standby fixed-wing aerial casualty evacuation (CASEVAC) supporting the Third Marine Littoral Regiment (3d MLR) from June 15-30, 2026, requiring 24/7 dedicated aircraft for the evacuation of both military and host nation personnel. This service is critical for ensuring rapid medical response capabilities in the region, with contractors expected to manage operations, provide qualified personnel, and adhere to strict reporting and quality control standards. Interested vendors should submit their responses, including company capabilities and estimated pricing, to Capt Dylan Globerman at dylan.globerman@usmc.mil by 4 p.m. HST on January 16, 2026.