Ambulatory Services for Tyndall AFB, FL
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 325th Contracting Squadron is conducting market research via a Sources Sought / Request for Information (RFI) to identify qualified firms capable of providing Ambulatory Services for Tyndall Air Force Base, Florida. This RFI aims to define the final requirement and develop an acquisition strategy, which may include potential small business set-asides. Responses are due March 27, 2026.
Scope of Work
The requirement is for state-certified Paramedic and Emergency Medical Responder (EMR) services, including management, supervision, equipment, vehicles, labor, training, and documentation. Services include 24-hour, 7-days-a-week uninterrupted response coverage for emergency medical services, patient treatment, and stabilization. This covers Tyndall AFB property, associated housing areas, family campground, beaches, and along US Highway 98 from the DuPont Bridge to Mexico Beach city limits. The contractor must provide at least one dedicated ambulance equipped for Advanced Life Support (ALS) and respond to in-flight emergencies (IFE's). Each call requires a minimum of two State of Florida certified personnel (one NREMR, one Paramedic). Patients will be transported to the nearest appropriate off-base Emergency Room, as TAFB lacks on-base emergency medical services. Performance standards include specific response times (12 minutes for transport units on TAFB, 5 minutes for internal clinic transports) and reporting metrics.
Key Information Requested
Respondents are asked to provide administrative information (Company Name, CAGE, UEI, Small Business Status under NAICS 621910, CMMC Compliance, POC details). Industry feedback is sought on:
- Relevant Experience: Details of similar efforts within the last five years (contract number, title, contracting activity, POCs, prime/sub role, period, value, summary).
- Draft Performance Work Statement (PWS): Feedback on areas needing explanation, potential issues, and refinement suggestions.
- Project Management and Risk: Realistic timeline for full operational capability and proposed mitigation strategies for primary risks.
- Cost and Pricing (Optional): Rough Order of Magnitude (ROM) cost estimate for a one 12-month base period and four 12-month option periods.
Submission Details
Responses must be submitted in writing via email to Matthew Lahr (matthew.lahr.3@us.af.mil) and Shawna Morris (shawna.morris.2@us.af.mil) by March 27, 2026, at 8:00 PM EST. Include the RFI title in the subject line.
Additional Notes
This RFI is for information and planning purposes only and does not constitute a solicitation or commitment to award a contract. The Government is not liable for response costs.