Inflight Paramedic Services - JPATS Oklahoma City, OK

SOL #: 15M30026QA3700001Combined Synopsis/Solicitation

Overview

Buyer

Justice
Us Marshals Service
JUSTICE PRISONER AIR TRANSPORTATION SYSTEM
Arlington, VA, 22202, United States

Place of Performance

Oklahoma City, OK

NAICS

All Other Miscellaneous Ambulatory Health Care Services (621999)

PSC

Other Medical Services (Q999)

Set Aside

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

Timeline

1
Posted
Nov 21, 2025
2
Last Updated
Dec 15, 2025
3
Submission Deadline
Dec 15, 2025, 7:00 PM

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.

THE PURPOSE OF THIS EDIT IS TO POST "QUESTIONS and GOVERNMENT RESPONSE SET 2 AND 3."  SEE THE ATTACHMENT

THE PURPOSE OF THIS EDIT IS TO POST "QUESTIONS and GOVERNMENT RESPONSE SET 4 AND 5."  SEE THE ATTACHMENT

THE PURPOSE OF THIS EDIT IS TO POST "QUESTIONS 1" RECEIVED FROM INDUSTRY AND THE GOVERNMENT'S RESPONSE.  SEE THE ATTACHMENT

This is a combined synopsis/solicitation for commercial products or services prepared in accordance part 12. This announcement constitutes the only solicitation.  Offers are being requested, and a separate written solicitation will not be issued.

The issuing office is US Marshals Service Justice Prisoner Air Transportation System (JPATS) FSD, 1251 Briarcliff Parkway, Suite 300, Kansas City, MO 64116 (15M300)

Solicitation number 15M30026QA3700001 is issued as a Request for Quote (RFQ). The government intends to award a Labor Hour contract resulting from this solicitation.

This acquisition is set-aside for small business concerns.  This solicitation incorporates provisions and clauses by reference.  The full text of provisions and clauses may be accessed electronically at www.acquisition.gov

Line items including options: SEE THE ATTACHMENT

The description of the service: 

This contract is for in-flight paramedic services for U.S. Marshals Service-JPATS, Hangar, Will Rogers Airport, 5900 Air Cargo Road, Oklahoma City, Oklahoma 73159.

The period of performance is 12 months with one 1-year option period.

The contractor will provide all labor, equipment, supplies, and supervision necessary to achieve the stated outcomes.  All work will be performed in accordance with the performance work statement (PWS).

Required Provisions:

52.212-1 Instructions to Offerors- Commercial Products and Commercial Services

52.212-2 Evaluation—Commercial Products and Commercial Services

In accordance with FAR Overhaul 12.204, The Government intends to award a single contract to a quoter, pursuant to an affirmative determination of responsibility, whose quotation, conforms to the solicitation.

The basis for the award will be the offer that is determined to be the most advantageous, providing the best value after considering: 

  1. Technical Approach
  2. Price
  3. Relative/Related Experience
  4. Personnel Qualifications

The associated North American Industry Classification system (NAICS) code is 621999 and the business size standard is $20.5M.

This combined synopsis/solicitation document and incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06 effective 10/01/2025.

FAR 52 .212-1 Instructions to Offerors- Commercial Products and Commercial Services does apply to this acquisition with addenda to the provision.

FAR 52.212-1(g), Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

FAR 52.212-2, Evaluation -does apply to this acquisition with addenda to the provision

Delivery is FOB DEST. Delivery location: JPATS Hangar, Will Rogers Airport, 5900 Air Cargo Road, Oklahoma City, Oklahoma 73159.

Offeror Representation and Certifications- Commercial Items with their offer.  If the offeror has up-to-date representations and certifications in the System for Award Management (SAM) website, then this completed provision is not required to be submitted with the offeror’s proposal.

FAR 52.212-4 Alt I, Contract Terms and Conditions- Commercial Items, does apply to this acquisition with no addenda to the provision.

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, applies to this acquisition.  These specific clauses required are detailed in Section 2 of this combined synopsis/solicitation.

Offerors interested in responding to this combined synopsis/solicitation must submit their quotation on the attached synopsis\solicitation.  Any questions regarding this combined synopsis/solicitation must be submitted by email to the point of contact below.

Contractor must have an “Active” registration in System for Award Management (SAM) to be considered for award.  To obtain information on SAM or to register with SAM visit the web site at:  https://www.sam.gov.

Quotations are due no later than 1:00 p.m. 15 December 2025.  The final date to submit questions is 8 December 2025.

Questions should be addressed in writing to Sheila.nimrod@usdoj.gov Contracting Officer.

Due to COVID-19 risk mitigation actions-NO MAIL-IN QUOTATIONS will be accepted.

All quotes/offers shall be submitted via e-mail to: Sheila.nimrod@usdoj.gov  

The Government reserves the right to cancel this combined synopsis\solicitation.  Any solicitation or contractual questions should be sent to Sheila Nimrod, Contracting Officer (816) 912-8068 or Sheila.nimrod@usdoj.gov  

System for Award Management (SAM)

OFFEROR MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) PRIOR TO THE OFFER DUE DATE /THE CLOSE OF THE SOLICITATION OR THE CONTRACTING OFFICER MAY PROCEED WITH AWARD TO THE OTHERWISE NEXT SUCCESSFUL REGISTERED OFFEROR. 

In accordance with FAR 52.204-7 (b)(1): An Offeror is required to be registered in SAM when submitting an offer or quotation and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.

SAM frequently asked questions (FAQ) can be accessed via https://www.sam.gov/SAM/pages/public/loginFAQ.jsf

It is highly encouraged that all prospective Offeror’s start the SAM registration process as soon as possible.

SAM.GOV REGISTRATION IS FREE OF CHARGE

If you have questions about Federal Government procurements in general or need assistance in the preparation of your proposal, a local Procurement Technical Assistance Center (PTAC) may be able to help.

The APEX Accelerators, formerly known as PTAP was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in Government contracts. . To locate an APEX Accelerator near you, go to https://www.apexaccelerators.us/#/  

THIS IS A FREE SERVICE BY A NON PROFIT PAID FOR BY THE US GOVERNMENT:

People

Points of Contact

Sheila NimrodPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4Viewing
Combined Synopsis/Solicitation
Posted: Dec 15, 2025
Version 3
Combined Synopsis/Solicitation
Posted: Dec 11, 2025
View
Version 2
Combined Synopsis/Solicitation
Posted: Dec 5, 2025
View
Version 1
Combined Synopsis/Solicitation
Posted: Nov 21, 2025
View