Inflight Paramedic Services - JPATS Oklahoma City, OK
ID: 15M30026QA3700001Type: Combined Synopsis/Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFUS MARSHALS SERVICEJUSTICE PRISONER AIR TRANSPORTATION SYSTEMArlington, VA, 22202, USA

NAICS

All Other Miscellaneous Ambulatory Health Care Services (621999)

PSC

MEDICAL- OTHER (Q999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of Justice, through the U.S. Marshals Service Justice Prisoner Air Transportation System (JPATS), is soliciting quotes for in-flight paramedic services in Oklahoma City, Oklahoma. The contract, identified by solicitation number 15M30026QA3700001, is a small business set-aside for a Labor Hour contract, requiring the contractor to provide all necessary labor, equipment, supplies, and supervision for medical care during JPATS flight missions involving up to 150 inmates. This service is critical for ensuring the health and safety of transported individuals, with a performance period of 12 months and an option for an additional year. Quotations are due by December 15, 2025, at 1:00 p.m. CST, and interested parties must submit their proposals via email to Sheila Nimrod at sheila.nimrod@usdoj.gov, ensuring they have an active registration in the System for Award Management (SAM) prior to submission.

    Point(s) of Contact
    Sheila Nimrod
    (816) 912-8068
    (816) 490-4782
    Sheila.nimrod@usdoj.gov
    Files
    Title
    Posted
    The U.S. Marshals Service Justice Prisoner Air Transportation System (JPATS) is soliciting quotes for in-flight paramedic services. This Request for Quote (RFQ), solicitation number 15M30026QA3700001, is a small business set-aside for a Labor Hour contract. The contract will cover 12 months with a one-year option, requiring the contractor to provide all necessary labor, equipment, supplies, and supervision at the JPATS Hangar in Oklahoma City. Offers will be evaluated based on technical approach, price, relative experience, and personnel qualifications, with the intent to award a single contract for the best value. The NAICS code is 621999 with a $20.5M size standard. Quotations are due by December 15, 2025, at 1:00 p.m. CST, and questions must be submitted by December 8, 2025, to Sheila.nimrod@usdoj.gov. Offerors must have an active registration in the System for Award Management (SAM) to be considered for award, and all submissions must be via email due to COVID-19 precautions.
    The document outlines the submission and evaluation criteria for a government Request for Quotation (RFQ) for commercial products and services. Offerors must submit electronic quotes to sheila.nimrod@usdoj.gov, including completed forms, acknowledging amendments, and providing labor hour rates for specific line items, leaving others blank for Joint Federal Travel Regulation (JFTR) reimbursement. Key requirements include up-to-date SAM registration (FAR 52.204-7), CAGE Code, UEI Number, licenses/certificates, and related experience forms (max 5 submissions from the past 5 years). Payment requests will be processed via the Invoice Payment Processing Platform (IPP). Evaluation will assess the Government's confidence level in an offeror's ability to perform, based on technical approach (max 10 pages), price (fair and reasonable, fully burdened labor rates), related experience (similar projects in the past 5 years), and personnel qualifications (paramedic resumes, max 3 pages). The goal is to award a single contract to the offeror providing the best value, in accordance with FAR Part 12 principles.
    This government file outlines wage determinations under the Service Contract Act for various occupations in Oklahoma, covering Canadian, Cleveland, Grady, Lincoln, Logan, McClain, and Oklahoma Counties. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on contract dates. The document specifies fringe benefits, including health and welfare, paid vacation, and eleven paid holidays. It also addresses specific conditions for computer employees, air traffic controllers, and weather observers, including night and Sunday pay differentials. Hazardous pay differentials for work with ordnance and explosives, and uniform allowance policies are also outlined. A conformance process is provided for unlisted occupations to ensure fair compensation.
    The document, titled "RELATED EXPERIENCE FORM" (15M30026QA3700001), is a mandatory form for offerors to complete when bidding on the "Inflight Paramedic Services" solicitation. Its purpose is to collect relevant past work experience directly related to the services outlined in the solicitation. Offerors must provide details for up to three experiences, including the contract type, the agency/firm for whom the work was performed, contact person and telephone number, and the start and end dates of the work. A brief description of duties for each experience is also required. The government reserves the right to contact listed references and other sources to verify the provided information. This form is crucial for evaluating an offeror's qualifications and ensuring they have the necessary experience to perform the specified services.
    This document outlines a Statement of Work for in-flight paramedic services for the United States Marshals Service (USMS) Justice Prisoner Air Transportation System (JPATS) in Oklahoma City, OK, starting January 9, 2026. The contract requires licensed paramedics to provide medical care for a minimum of one to approximately 150 inmates during JPATS flight missions. Key requirements include U.S. citizenship, age 21+, high school diploma, fluent English, valid driver's license, and three years of paramedic experience. Paramedics must adhere to strict ethical and professional standards, manage medical records, administer medications, respond to emergencies, and coordinate with USMS personnel. The contractor is responsible for providing personnel, uniforms, and ensuring compliance with all certifications, training, and security requirements, including background checks and adherence to USMS directives. The work schedule is mission-contingent with a guaranteed minimum of 96 hours per month, requiring 24/7 availability with a two-hour response time for schedule changes and potential overnight travel. The USMS will provide medical equipment and supplies.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    IT Support Services
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service's Justice Prisoner and Alien Transportation System (JPATS), is seeking qualified vendors to provide IT Support Services for its Management Information System (JMIS) and Movement Packet (MPAC) systems. The procurement aims to secure sustainment, operations and maintenance (O&M), and lifecycle technical support for various systems, including Oracle APEX, GAMS, and JARS for scheduling, as well as a custom mobile application and cloud services. This support is crucial for the effective management of prisoner transportation operations, with the anticipated period of performance extending from October 1, 2026, to April 30, 2034. Interested vendors should submit their responses by December 18, 2025, and can contact Victor J. Stamps at victor.j.stamps@usdoj.gov or by phone at 816-519-3519 for further information.
    JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION - SOAP FLIGHT - FCI TALLAHASSEE
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Tallahassee, is seeking air charter/air ambulance services for urgent inmate transport to a Medical Referral Center due to medical conditions that prevent standard transportation. This procurement, valued at $39,450.00, is justified under FAR 6.302-2 for Unusual and Compelling Urgency, emphasizing the need to prevent serious injury or liability. The urgency of this requirement necessitated that full and open competition be precluded, with Inflight Medical Services International, Inc. being the only vendor capable of meeting the short-notice requirement. Interested parties can contact Elizabeth McNealy at emcnealy@bop.gov or (850) 878-2173 for further information.
    JOFOC for Emergency Ambulance Services
    Buyer not available
    The Department of Justice, specifically the Bureau of Prisons at USP Terre Haute, is seeking emergency ambulance services for the month of March FY23. This procurement is justified as a critical need for transportation services related to medical emergencies within the facility. The provision of these services is essential for ensuring the health and safety of inmates and staff, highlighting the importance of timely medical response capabilities. Interested vendors can reach out to Michael Sherfick at msherfick@bop.gov or by phone at 812-244-4476 for further details regarding this opportunity.
    Limited Source - Medical Transport Services
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Marianna, is seeking to procure medical transport services for the transportation of inmates. The primary objective of this procurement is to ensure safe and efficient medical transport for inmates requiring medical attention outside of the facility. Such services are critical for maintaining the health and well-being of the inmate population, ensuring compliance with medical care requirements. Interested vendors can reach out to Richard Hammond at r1hammond@bop.gov or by phone at 850-526-6357 for further details regarding this opportunity.
    Limited Source - Medical Transport Services
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Marianna, is seeking to procure medical transport services through a limited source justification. The primary objective of this procurement is to ensure the safe and efficient transportation of individuals requiring medical attention, which is critical for maintaining health standards within the prison system. These services are essential for facilitating timely medical care and ensuring compliance with health regulations. Interested vendors can reach out to Richard Hammond at r1hammond@bop.gov or by phone at 850-526-6357 for further details regarding this opportunity.
    Inmate Airfare for Transfer
    Buyer not available
    The Department of Justice, specifically the Bureau of Prisons at USP Lee, is seeking to procure airfare services for the transfer of inmates. This contract aims to facilitate the transportation of inmates, ensuring their safe and efficient relocation as required by the Bureau's operational needs. Airfare services are critical for maintaining the security and management of the inmate population during transfers. Interested vendors can reach out to Jerry Johnson at j30johnson@bop.gov or by phone at 276-546-9008 for further details regarding this opportunity.
    Inmate Transportation April - September
    Buyer not available
    The Department of Justice, specifically the Bureau of Prisons at USP Lee, is seeking a contractor for inmate transportation services from April to September. This procurement aims to facilitate the safe and efficient movement of inmates, which is crucial for maintaining security and operational effectiveness within the prison system. The contract falls under the Passenger Motor Vehicles category, indicating the need for specialized transportation solutions. Interested parties can reach out to Jerry Johnson at j30johnson@bop.gov or by phone at 276-546-9008 for further details regarding this opportunity.
    Non-Emergent Medical Transportation Services - Phoenix VA Healthcare System
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Non-Emergent Medical Transportation Services for the Phoenix VA Healthcare System (PVAHCS) and its associated clinics. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide 24/7 transportation services, including wheelchair, stretcher, and ambulatory transport, while adhering to strict operational standards, including vehicle maintenance, driver qualifications, and compliance with HIPAA regulations. This service is crucial for ensuring that veterans receive timely and safe transportation for medical appointments and other healthcare needs. Interested parties must submit their proposals by 10:00 AM MT on December 10, 2025, to Katharine Robert at katharine.robert@va.gov, with the anticipated contract period running from January 1, 2026, to December 31, 2030, and an estimated contract value of $19 million.
    J--Helicopter maintenance services
    Buyer not available
    The Department of the Interior, through the Interior Business Center (IBC), is seeking qualified contractors to provide helicopter maintenance services for Government-owned aircraft supporting the U.S. Park Police in Washington, DC. The procurement will result in a single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract, covering a five-year ordering period from April 1, 2026, to March 31, 2031, with a potential six-month extension. These services are critical for ensuring the operational readiness and safety of the aircraft, encompassing scheduled and unscheduled maintenance, inspections, repairs, painting, engineering services, parts manufacturing, and overhauls of airframes and engines. Interested parties should note that the anticipated solicitation release date is December 19, 2025, with proposals due by January 19, 2026, and must be registered in SAM.gov to participate in this full and open competition under NAICS code 488190. For further inquiries, contact Justin Kondeff at justinkondeff@ibc.doi.gov.
    Pine Knot Job Corp Center Medical Services
    Buyer not available
    The USDA Forest Service is seeking proposals for medical services at the Pine Knot Job Corps Center located in Pine Knot, Kentucky. The procurement aims to secure a contractor to provide essential health services, including examinations, treatments, prescriptions, immunizations, and health monitoring for students aged 16 to 24. This contract is a firm-fixed-price agreement for a base year with four one-year options, potentially extending for an additional six months, totaling up to five years and six months. Proposals are due by December 10, 2025, at 1700 EST, and must be submitted via email to Louis Lieb at louis.lieb@usda.gov. Interested parties should ensure compliance with all federal, state, and local regulations, including HIPAA and OSHA, and include a technical proposal, price proposal, and contractor representations and certifications in their submissions.