FASTC Emergency and Fire Services
ID: 19AQMM25R0030Type: Solicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFACQUISITIONS - AQM MOMENTUMWASHINGTON, DC, 20520, USA

NAICS

Ambulance Services (62191)

PSC

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

Set Aside

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

    The Department of State is soliciting proposals for emergency medical and fire suppression services at the Foreign Affairs Security Training Center (FASTC) located in Blackstone, 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 for vehicular and explosive incidents, with a response time of six minutes. This multi-year contract includes a base year and four one-year options, emphasizing the critical nature of safety and compliance with Virginia state certifications and federal regulations. Proposals are due by December 29, 2025, and interested parties can contact Kerryn Finik at FinikK@state.gov or Paige Goeke at GoekePA@state.gov for further information.

    Point(s) of Contact
    Kerryn Finik
    FinikK@state.gov
    Files
    Title
    Posted
    The Department of State (DOS) solicitation, 19AQMM25R0030, outlines an amendment for the provision of Emergency Medical Services (EMS) and Fire Suppression Services at the Foreign Affairs Security Training Center (FASTC) in Fort Barfoot, Virginia. This multi-year, single-award contract seeks a prime contractor to provide on-site Advanced Life Support (ALS) ambulances with certified paramedics and EMTs, as well as fire suppression equipment with trained firefighters. Key updates include new due dates for questions (October 24, 2025) and proposals (November 7, 2025). The contract specifies both Firm Fixed Price and Time and Materials pricing for various services, including Central, East, and West EMS and Fire services, and non-medical transport, across a base year and four option years. The contractor must ensure Virginia state certifications, maintain equipment, adhere to OSHA safety standards, and comply with various FAR clauses related to contract administration, labor, and environmental regulations.
    Amendment 0002 to Solicitation 19AQMM25R0030 extends the offer due date to December 29, 2025, and provides responses to questions for the Department of State's Foreign Affairs Security Training Center (FASTC) Emergency Services. This solicitation seeks a prime contractor for multi-year emergency medical and fire suppression services at FASTC in Blackstone, Virginia. The contract includes a base year and four one-year option periods with both firm-fixed-price and time-and-materials line items for services like on-site advanced life support (ALS) ambulances (staffed with paramedics and EMTs) and fire suppression units (with firefighters and suitable equipment for vehicular/explosive accidents). The contractor must meet Virginia certification standards for ALS ambulance services, maintain all vehicles and equipment, and respond to incidents within six minutes. The document outlines requirements for pricing, employee benefits, and various federal acquisition regulations (FAR) clauses.
    The Department of State (DOS) is soliciting proposals for Emergency Medical Services (EMS) and Fire Suppression Services at the Foreign Affairs Security Training Center (FASTC) in Fort Barfoot, Virginia. This multi-year, single-award contract includes a base period and four one-year options. The services required encompass on-site Advanced Life Support (ALS) ambulances with certified paramedics and EMTs, and fire suppression units with trained firefighters and extrication capabilities. Both EMS and fire suppression services must adhere to Virginia state certifications and NFPA codes, respectively, with specific staffing, equipment, and response time requirements. The contract emphasizes the hazardous nature of the training exercises, mandating strict safety compliance, proper maintenance of vehicles and equipment, and continuous staff training. The Contractor is responsible for all employee benefits, travel, and material costs, with pricing structured as firm-fixed-price and time-and-materials line items for both standard and non-standard programs across central, east, and west FASTC locations.
    The document outlines a standardized format for compiling questions and responses related to various government solicitations, including Requests for Proposals (RFPs), federal grants, and state/local RFPs. Its primary purpose is to provide a structured template for inquiries regarding specific sections and pages of official documents such as the Performance Work Statement (PWS), exhibits, or the solicitation itself. Each entry in the template includes fields for a question number, the relevant section and title of that section, the document reference (PWS, exhibit, or solicitation), the specific page number, the question itself, and the corresponding response. This consistent format ensures clarity and traceability for all communications between prospective bidders/grantees and the issuing government entity, facilitating an organized Q&A process for government contracts and grants.
    This government file addresses various questions and responses related to an RFP for EMS/Fire services at the FASTC facility. Key issues include the short launch timeline, which 90 days would be more beneficial, and the ability of EMS/Fire units to operate outside scheduled hours (denied). The file clarifies that EMS cannot be split from fire for the first year. Liability concerns for contractor equipment/personnel and participant injury waivers are addressed, with occasional foreign diplomat training noted. Interpreter services are not provided. Vehicle storage lacks dedicated areas, shore power, or guaranteed covered spaces, though staff have indoor access and amenities. The 'Total Small Business Set Aside' will not change. The document also addresses questions regarding subcontracting limitations, past performance references, payment scheduling, federal holiday service requirements, IT security plan submission, and the Contract Operations Management Plan (COMP) summary. Specifics on pricing all CLINs in Attachment B, submission subject lines, providing a sam.gov screenshot for representations and certifications, and format requirements for key personnel resumes and past performance references are provided. Finally, it clarifies vehicle transition (90 days) and confirms three daily ambulances for the contract duration.
    This government file outlines the critical role of Key Personnel in federal contracts, focusing on the Program Manager, Site Lead for Emergency Medical Services, and Site Lead for Fire Suppression. It details their responsibilities, qualifications, and the procedures for replacements if personnel depart. Key personnel are essential for the contract's success, and replacements must be provided immediately and approved by the Government within 30 days. The Program Manager serves as the primary interface with the government, managing administrative, technical, and personnel issues. Site Leads provide direction to contractor personnel and coordinate with the Operational Medicine Unit. Specific educational and experience requirements, including certifications, are mandated for each role to ensure high standards in emergency medical services and fire suppression programs.
    The SBU - Contracting and Acquisitions document outlines requirements for emergency services, including EMS and Fire Suppression, across Central, West, and East campuses, along with Non-Medical Transport services. The contract includes a base year and four option years, with specified quantities, hours, and contract types (FFP and TM) for each service. The document details unit compositions for ambulances (1 vehicle, 1 paramedic, 1 EMT) and fire suppression (1 vehicle, 2 firefighters). Non-medical transport services involve a van and monthly staff, with a not-to-exceed monthly rate for staff. The base year includes a phased transition for ambulances. The file also provides daily shift schedules and distinguishes between known standard hours and not-to-exceed non-standard hours for various services. Contractors are required to bid G&A, M&H, and escalation rates for supplies and equipment.
    The provided document, titled "Site Revised 04/17/2025," appears to be a highly redacted or incomplete government file, possibly related to federal government RFPs, federal grants, or state/local RFPs. Due to the minimal and fragmented content, which primarily consists of a title, revision date, and unintelligible characters, it is not possible to extract a main topic, key ideas, or supporting details. The document's essence and purpose remain unclear, preventing a comprehensive summary or analysis of its implications within the context of government solicitations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    10th SFG Austere Care and EMT Training
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Materiel Command at Fort Carson, Colorado, is seeking proposals for a Firm-Fixed-Price service contract to provide Austere Medical Care training for the 10th Special Forces Group (SFG). This training encompasses the Special Operations Forces Austere Medical Technician (SOFAMT) scope of practice, preparation for National EMT and/or NREMT-B certification, Tactical Combat Casualty Care (TCCC), and Prolonged Field Care, all to be conducted within 25 miles of Fort Carson. The contract is a 100% small business set-aside, with a total award amount of $16 million, and proposals are due by December 31, 2025, at 10:00 AM MST. Interested parties must have an active registration in the System for Award Management (SAM) and adhere to strict brand-name requirements, with questions due by December 26, 2025, at 10:00 AM MST, directed to SFC China Mathews at china.a.mathews.mil@army.mil.
    Emergency Medical Transport Services - FCC Butner,NC
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking qualified contractors to provide Emergency Medical Transport Services at the Federal Correctional Complex in Butner, North Carolina. The procurement aims to secure 24/7 emergency ambulance services, including Advanced Life Support (ALS) and Basic Life Support (BLS), for Adults in Custody (AIC) and accompanying officers, with a contract structure comprising a base year and four optional 12-month renewal periods. These services are critical for ensuring timely medical response in crisis situations, adhering to federal, state, and local regulations, including HIPAA and North Carolina Ambulance Statutes. Interested parties should contact Tammie O. Johnson at t8johnson@bop.gov or call 202-598-6012 for further details, and must monitor www.beta.SAM.gov for updates on the solicitation process.
    V225--Ambulance Service | Follow on Base 3 | Start: 3/1/26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting bids for ambulance services at the Dayton VA Medical Center, with a contract start date of March 1, 2026. This procurement is specifically set aside for small businesses under the Small Business Administration (SBA) guidelines, focusing on providing Advanced Life Support (ALS) and Basic Life Support (BLS) services. The contract will cover a base period and two additional one-year ordering periods, emphasizing compliance with IT security requirements and federal regulations. Interested contractors must submit their quotations by December 29, 2025, and can contact Contracting Officer Robert Bolcavage at robert.bolcavage@va.gov for further details.
    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.
    FIRE TRUCK MAINTENANCE
    Dept Of Defense
    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.
    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.
    JOFOC for Emergency Ambulance Services
    Justice, Department Of
    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.
    Live-Fire Flashover Simulator
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Live-Fire Flashover Simulator, which includes dual temperature monitoring and installation/training for fire department instructors. This procurement aims to provide a reusable training tool that enhances the capabilities of fire department personnel in managing flashover scenarios, a critical aspect of firefighting training. The contract is set aside for small businesses under the SBA guidelines, with the place of performance located at USGA - Fort Belvoir, VA. Interested vendors can reach out to Matthew Haight at matthew.r.haight2.civ@army.mil or by phone at 703-805-2242 for further details.
    Unsecure Offsite Tape Storage and Critical Special Mission Emergency Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for Unsecure Offsite Tape Storage and Critical Special Mission Emergency Services at the Radford Army Ammunition Plant in Virginia. The contract encompasses a range of services including the secure vaulting of LTO media, transportation of media in certified containers, and 24/7 customer support, with a focus on maintaining strict security and environmental compliance. This procurement is critical for the Army's Acquisition, Logistics, and Technology Enterprise Systems & Services (ALTESS) Project Office, ensuring the secure management of sensitive data. Interested small businesses must submit their proposals by January 19, 2026, at 3:00 PM EST, and can direct inquiries to Myrisha L. Mullen or Octavia Heflin-Smith via their provided email addresses.
    Naval Branch Health Clinic Bahrain - Ambulance Services
    Dept Of Defense
    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.