Emergency Aeromedical Evacuation Services
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 Medical Readiness Contracting Office - West (MRCO-W), JBSA Fort Sam Houston, TX, is conducting market research via a Sources Sought notice for Emergency Aeromedical Evacuation Services. This requirement involves providing 24/7/365 fixed-wing, multi-engine pressurized aircraft capable of transporting one litter patient and one non-medical attendant from Bucholz Army Airfield (PKWA), Kwajalein Atoll, Republic of the Marshall Islands, to a medical facility in Oahu, Hawaii. Responses are due January 23, 2026.
Scope of Work
The contractor shall provide dedicated or on-call fixed-wing air ambulance capability, including personnel, equipment, supplies, and supervision. Services include both Availability (Retainer) for readiness and Evacuation Missions (Task Order) for actual flights, following a bedside-to-bedside transport model. Key requirements include:
- Aircraft: Fixed-wing, multi-engine, pressurized, ETOPS compliant, capable of non-stop or limited-stop transport, configured for at least one litter patient and one non-medical attendant. Must have weather radar, TCAS, TAWS, and over-water survival gear.
- Medical Equipment: Required for ALS and CCT, including multi-parameter monitor/defibrillator, transport ventilator, IV pumps, airway management kit, and ACLS medications.
- Personnel: Minimum two ATP-certified Pilots and two Medical Providers (RN/Paramedic or Physician/Nurse/Paramedic) with specific certifications and experience.
- Performance Standards: 24/7/365 administrative and operational readiness, patient pickup within 24 hours of notification, zero tolerance for safety violations.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Duration: One Base Year (May 1, 2026 – April 30, 2027) and four 12-month Option Years (through April 30, 2031).
- Set-Aside: None specified; market research will determine if a small business set-aside is appropriate.
- Response Due: January 23, 2026, 4:00 PM CST.
- Published: January 14, 2026.
Evaluation
This Sources Sought is for market research and planning purposes only to identify qualified, interested contractors and assess the appropriateness of a small business set-aside. It does not constitute a Request for Quote (RFQ), and no contract will be issued based on responses.
Additional Notes
Interested parties should submit their organization's name, CAGE code, address, point of contact, phone, and email, and confirm their ability to provide services outlined in Attachment 1: PWS - MedEvac. Do not submit pricing information. Proprietary information should be clearly marked. Responses will not be returned, and responders are responsible for all associated expenses. Submit responses to jaclyn.v.evans.civ@health.mil.