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.