Air Ambulance
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, specifically W6QM MICC-FT RILEY, has issued a Sources Sought Notice to identify qualified businesses capable of providing Air Ambulance Services at Fort Riley, Kansas. This notice is for market research and planning purposes only, aiming to procure rotary wing air ambulance support that can be on-site within 30 minutes of notice. Responses are due by March 6, 2026.
Scope of Work
The requirement is for comprehensive air ambulance services, including rotary wing aircraft, fully trained medical flight crews, medical equipment, and all necessary supplies for air evacuation. Services will cover Fort Riley and extend to local hospitals and surrounding states as needed. Key aspects include:
- 24/7 availability (with exceptions for adverse weather).
- Ability to land in unimproved areas and potentially isolated ranges on Fort Riley.
- Direct communication with Irwin Army Community Hospital (IACH) for patient coordination.
- Compliance with federal and state laws for personnel certification and patient treatment/transport.
- Adherence to HIPAA, safety regulations, and prompt accident reporting.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated NAICS: 621910 (Ambulance Services)
- Response Due: March 6, 2026, 5:00 PM ET
- Published: February 20, 2026
- Set-Aside: None specified (market research stage)
Potential Future Contract Details (from Draft SOW)
If a contract results, it is anticipated to be a Blanket Purchase Agreement (BPA) with a base period from December 31, 2025, through December 30, 2029, plus four option periods. Individual calls are not to exceed $30,000, with a total agreement not to exceed $500,000. Pricing may include a lift-off to patient fee ($17,250) and mileage with patient on board ($150 per mile).
Evaluation
This is a Sources Sought notice; therefore, the government is not seeking quotes, bids, or proposals. Responses will be used for information and planning purposes to determine industry capabilities and potential small business participation. Not responding does not preclude participation in any future solicitation.
Additional Notes
This notice does not commit the U.S. Government to contract for any supply or service. A draft Statement of Work (SOW) is attached, which is subject to change. Interested businesses are encouraged to identify their capabilities and ability to meet the requirement at a fair market price. Potential offerors are responsible for monitoring SAM.gov for any future solicitations.