Guardian Response 25: Ambulance Support Services for Multiple Sites in Indiana
ID: W911SA25QA025Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, USA

NAICS

Ambulance Services (621910)

PSC

MEDICAL- OTHER (Q999)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide ambulance support services at multiple sites in Indiana, including the Muscatatuck Urban Training Center and Camp Atterbury. The procurement involves supplying Advanced Life Support (ALS) ambulances and marked civilian ambulances for both real-world emergencies and training scenarios, with a contract performance period from April 23 to May 21, 2025. This initiative is crucial for enhancing emergency medical response capabilities during military training exercises, ensuring compliance with federal and state regulations. Interested small businesses must submit their quotes electronically by March 7, 2025, and can contact Breanna Huff at breanna.d.huff.civ@army.mil for further information. The total estimated contract value is approximately $22,500,000.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to an amendment of a solicitation for emergency medical services at the Muscatatuck Urban Training Center. The amendment primarily provides responses to vendor inquiries and extends the deadline for quotes from February 17, 2025, to March 7, 2025. It clarifies that the contractor is responsible for housing and meals for personnel, stipulating that these costs will not be covered by the government. It also details operational requirements for the ambulance service, including the location and nature of the emergency response, noting that crews will not be stationed at housing locations. The amendment addresses various logistical queries, reinforcing the need for effective communication regarding operational shifts and outlining key personnel requirements. Notably, it allows for 24-hour shift rotations but emphasizes the necessity for adequate staffing at all times. The document serves as an essential guide for potential contractors, ensuring they understand the contract's expectations and requirements for providing emergency medical services during training exercises. Overall, the amendment aims to streamline communication and clarify obligations, highlighting the collaborative effort between the government and contractors in delivering critical services.
    The Guardian Response 2025 (GR25) contract outlines the provision of emergency ambulance support for training exercises at Camp Atterbury, IN, and surrounding areas. Scheduled from April 23 to May 21, 2025, the contractor will supply the necessary personnel, equipment, and services to ensure effective emergency medical response for both real-world incidents and simulated training scenarios. The contractor must maintain 24/7 coverage during the specified period, operating Advanced Life Support (ALS) ambulances staffed by certified medical personnel. Key responsibilities include readiness to transport up to four patients to nearby hospitals and ensuring that all vehicles and equipment meet state and federal standards. The contract details essential qualifications for key personnel, strict guidelines for maintaining quality control, and reporting procedures, including safety protocols. Additionally, the document mandates compliance with Indiana's emergency medical regulations and outlines organizational conflict of interest guidelines. This structure underscores the federal government's commitment to disaster preparedness and civil authority support, emphasizing the critical need for well-trained medical response teams in disaster scenarios.
    The Contract Requirements Package Antiterrorism/Operations Security Review Cover Sheet outlines critical protocols for evaluating requirements packages related to antiterrorism (AT) and operations security (OPSEC) in federal contracting. It emphasizes the necessity for a signed AT/OPSEC cover sheet for nearly all contracts, excluding certain low-value supply contracts. The document mandates that the organizational antiterrorism officer (ATO) and OPSEC officer must review each package prior to submission. Key components include standard language provisions concerning AT Level I training, security access policies, operational readiness for contractors delivering services overseas, and handling classified information. The review ensures contractor adherence to relevant Army regulations, such as completing necessary trainings within specified timeframes and maintaining compliance with security protocols. This structured approach is vital for ensuring the safety of U.S. installations and personnel, especially in operational environments, thereby reinforcing the Army's commitment to security in government contracting processes. The document serves as a checklist to ensure contractors are accountable for security measures tailored to the risks associated with their operational roles.
    This government document outlines performance requirements for ambulance support services required by a contractor during specified periods at military training locations in Indiana. It details two primary tasks: providing Advanced Life Support (ALS) ambulances for real-world emergencies and marked civilian ambulances for training scenarios. For real-world emergency support, the contractor must supply one ALS ambulance with a qualified two-person crew, ensuring availability 24/7 from April 23 to May 21, 2025, with full compliance expected. Key personnel must meet specific qualifications, including being licensed emergency medical personnel in Indiana. The ambulance must be fully stocked and ready to transport patients to designated hospitals. For training support, the contractor must provide marked civilian ambulances for simulation training, also operating 24/7 from April 30 to May 13, 2025. Personnel must be properly licensed for operating the ambulance and facilitate the movement of medical mannequins. Compliance with performance standards is crucial, and incentives for adherence include positive contractor performance reports and full payment, while non-compliance may incur negative evaluations. Overall, the document focuses on ensuring a reliable and qualified ambulance service to support both emergency response and training exercises.
    This document outlines the Deliverables Schedule for a contract, detailing the timeline, format, and submission requirements for various deliverables. Key personnel information must be submitted within five business days after contract award, with updates required as changes occur. Identification of Contract Employees is to be provided no later than 14 days before the contract start date. Mandatory training certificates, including AT Level I, iWatch, and OPSEC awareness training, must be submitted within five days post-contract start. Additionally, Corrective Action Plans (CAPs) are required upon receipt of a Contract Deficiency Report (CDR). Invoices should be entered into the Wide Area Workflow (WAWF) system by the end of the month following service. The document also stipulates the necessity for contractors to register on SAM.gov and outlines key personnel qualifications. The structure establishes a clear timeline and responsible parties for each deliverable, indicating a focus on compliance and oversight necessary for effective contract management. Overall, the schedule serves as a crucial framework for ensuring all contractual obligations are met efficiently and within specified timeframes.
    The document provides wage determinations for specific federal facilities located in Indiana, namely the Muscatatuck Urban Training Center (MUTC) in Butlerville and Camp Atterbury in Edinburgh. It directs users to the SAM website for comprehensive wage determination details by location, highlighting the importance of referencing the wage determination numbers provided. Two wage determination numbers are listed: 2015-4825 and 2015-4787, both with a revision date of July 21, 2024. This information is significant for contractors and other stakeholders involved in federal contracting, as it pertains to the wages required for labor at these sites, ensuring compliance with federal regulations in government-funded projects. Understanding wage determinations is essential for budget planning and labor negotiations in relation to federal grants and contracts.
    The document outlines a Price Schedule for Grounds Maintenance Services under Solicitation Number W911SA25QA025. It specifies the Contract Line Item Numbers (CLIN) related to various services, including CLIN 0001 for RealWorld Medical and CLIN 0002 for an Ambulance for Training Scenario, both requiring input for pricing. The document emphasizes the need to fill in only the blue-shaded cells with unit prices, ensuring they adhere to a two-decimal format. Green-shaded cells are set to automatically calculate values, which are to be transferred to the corresponding CLIN sections on the SF1449 form. Overall, the file serves as part of the procurement process for government contracts, focusing on accurately completing pricing schedules for services related to grounds maintenance and emergency training scenarios. Proper adherence to the instructions is crucial for compliance with federal contracting regulations.
    The document outlines a Women-Owned Small Business (WOSB) solicitation for ambulance support services, specifically for the U.S. military, with a contract number W911SA25QA025. The procurement includes two key service assignments: providing an Advanced Life Support (ALS) ambulance with a two-person crew and a marked civilian ambulance vehicle for training scenarios at designated sites in Indiana, with performance from April to May 2025. The total estimated contract value is $22,500,000. Potential contractors must submit their offers electronically and comply with various federal acquisition regulations, particularly regarding representations and certifications. The document emphasizes the need for active registration in the System for Award Management (SAM) and includes numerous relevant FAR and DFARS clauses that govern contract terms, compliance, and labor standards. Additionally, it stresses the importance of providing detailed quotes, including prior contract information, and indicated procedures for reporting and addressing questions related to the solicitation. The overall aim is to enhance emergency medical response capabilities and ensure compliance with federal standards while supporting women-owned businesses in federal contracting opportunities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    V129--RLRVAMC Ambulance Service
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for contracted non-emergency ambulance transportation services for the Richard L. Roudebush VA Medical Center. The contract requires the provision of vehicles, personnel, and equipment for stretcher transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT) services, available 24/7 for veterans in Indiana, Ohio, and Illinois. This procurement is crucial for ensuring timely and safe medical transport for veterans, emphasizing compliance with federal and state regulations and the use of the VetRide transportation software for scheduling and invoicing. The contract is set for five years with a maximum value of $27 million, and interested parties should contact Contracting Specialist Janel N Tate-Montgomery at janel.tate-montgomery@va.gov for further details.
    V225--BC Ambulance Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for contracted ambulance services to support the Battle Creek VA Medical Center and its affiliated clinics. The procurement includes the provision of Advanced Life Support (ALS), Basic Life Support (BLS), and Critical Care Transport (CCT) services, requiring the contractor to deliver these services 24/7 while adhering to all relevant federal, state, and local regulations. This initiative underscores the government's commitment to ensuring essential medical transportation for veterans, with a contract duration of five years, from April 1, 2025, to March 31, 2030, and an estimated total value of up to $22.5 million. Interested parties should contact Contracting Specialist Janel N Tate-Montgomery at janel.tate-montgomery@va.gov for further details.
    Force Protection Detachment Critical Skills Course High Risk Driving, Advanced Shooting, and Tactical Casualty Care
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the Force Protection Detachment Critical Skills Course, which includes high-risk driving, advanced shooting, and tactical casualty care training. The procurement aims to provide comprehensive training for military personnel, particularly focusing on skills necessary for operating in austere environments and handling high-risk scenarios, such as active shooter situations and potential kidnappings. This training is crucial for enhancing the operational readiness and effectiveness of Force Protection Detachment Special Agents and Foreign Service National Investigators. Interested contractors, particularly those who are Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by March 3, 2025, with the training scheduled to commence in March 2025 and conclude by March 2026. For further inquiries, potential bidders can contact Ms. Erika G. Barrera at erika.g.barrera.civ@army.mil or Craig Dogger at Craig.D.Dogger.civ@army.mil.
    V225--5-year Ambulance Service Memphis VA Medical Center and associated CBOCx/Clinics
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a five-year contract to provide non-emergency ground ambulance transportation services for the Lt. Col. Luke Weathers Jr. VA Medical Center in Memphis, TN, covering the period from April 1, 2025, to March 31, 2030. The contractor will be responsible for delivering 24/7 services, including Stretcher Transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT) to over 196,000 veterans across Tennessee, Arkansas, and Mississippi, while adhering to all relevant federal, state, and local regulations. This service is crucial for ensuring timely and safe transport for veterans, emphasizing quality control, compliance, and accountability in service delivery. Interested parties should contact Contract Specialist Phon Phasavath at phon.phasavath@va.gov for further details regarding the solicitation.
    National Registry Emergency Medical Technicians
    Buyer not available
    The U.S. Army Special Operations Command, under the Department of Defense, is seeking information from potential contractors to provide national certifications for Emergency Medical Technicians (EMTs) and Paramedics for the Joint Special Operations Medical Training Center. This Request for Information (RFI) aims to gather insights and capabilities from industry participants to inform future procurement strategies, emphasizing the importance of these certifications in enhancing emergency medical training and operational readiness. Interested firms are required to submit detailed documentation demonstrating their capabilities and relevant experience by October 17, 2024, and must be registered with the System for Award Management. For further inquiries, potential respondents can contact Debbie Harris at debbie.harris.civ@socom.mil or Jonathan D. Long at jonathan.long@socom.mil.
    3-1 CAV NTC 25-06 Busses
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for a Firm-Fixed-Price contract to supply four 44-passenger buses designed for military operations at Fort Irwin, California. The buses must be operational, compliant with safety and environmental regulations, and powered solely by diesel fuel, with necessary equipment such as fire extinguishers and operational air conditioning included. This procurement is part of the government's efforts to support military training operations while prioritizing small business engagement, with a total small business set-aside under NAICS code 532120. Proposals are due by 11:00 AM Central Time on March 4, 2025, and inquiries will be accepted until February 28, 2025; interested parties can contact SSG David Garcia at david.j.garcia160.mil@army.mil for further information.
    Role Players with Moulage and Real World Medical Svcs - Amendment 02
    Buyer not available
    The Department of Defense, through the Colorado Army National Guard, is seeking quotes for the provision of role players with moulage and real-world medical services under solicitation W912LC-25-Q-0025. The procurement aims to secure 40 role players and advanced medical simulation tools for training exercises at Buckley Space Force Base from March 18 to June 18, 2025, ensuring realistic scenarios for medical triage and emergency response evaluation. This initiative is crucial for enhancing the preparedness of emergency response teams and ensuring compliance with safety regulations during military training exercises. Interested small businesses must submit their quotes electronically by March 7, 2025, and are required to be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Carlos A. Castillo at carlos.a.castillo8.civ@army.mil or Sabrina M. Deramus at sabrina.m.deramus.civ@army.mil.
    Renting nine utility trucks for the 249th Engineering Battalion
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking quotes for the rental of nine utility trucks for the 249th Engineering Battalion's overhead electrical distribution training at Fort Indiantown Gap, Pennsylvania, scheduled from April 10-27, 2025. The procurement requires three digger/derrick trucks and six articulating or telescopic bucket trucks, all with a minimum height of 50 feet, with the contractor responsible for equipment delivery, compliance with safety standards, and technical support. This contract is crucial for ensuring the Battalion has the necessary specialized equipment for effective training while adhering to federal regulations. Interested contractors must submit their quotes by March 7, 2025, and direct any questions to the designated contacts, Giorgiana Chen or Gregory Booker, via email or phone.
    V225--GROUND AMBULANCE STATE OF MONTANA
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide ground ambulance services for the Montana Veteran Administration Health Care System. The procurement involves a firm-fixed price Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, which will span five years from May 2025 to April 2030, and includes various transport services such as Stretcher Transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Specialty Care Transport (SCT). This contract is crucial for ensuring timely and efficient medical transport for over 48,000 veterans across a vast service area, emphasizing the importance of compliance with federal and state regulations. Interested parties must submit their proposals by March 11, 2025, and can contact Contract Specialist Christine Jarvis at christine.jarvis@va.gov or 303-712-5784 for further information.
    ILARNG CERF-P EXEVAL 2025
    Buyer not available
    The Department of Defense, through the Illinois Army National Guard, is seeking proposals for the ILARNG CERF-P External Evaluation (EXEVAL) 2025, scheduled for March 26-29, 2025, in Sparta, Illinois. The contract aims to provide essential support services, including role players, moulage, mannequins, and ambulance support, to enhance the training and certification of the Illinois Chemical Biological Radiological Nuclear (CBRN) Chemical Enhanced Response Force Package (CERFP) for domestic contingencies. This procurement is critical for improving the state's CBRN response capabilities and ensuring compliance with federal and state regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by March 4, 2025, with questions due by February 25, 2025. For further inquiries, potential contractors can contact Lawrence Romang at lawrence.j.romang.civ@army.mil or Donald Piper at donald.g.piper6.mil@army.mil.