Marine Rotational Force - Darwin 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 Department of the Navy, specifically the Commanding General (M68450), is soliciting quotes for Aeromedical Evacuation (AME) Services to support the Marine Rotational Force - Darwin (MRF-D) in the Northern Territory of Australia. This Unrestricted opportunity seeks a contractor to provide rotary-wing AME services from April 15, 2026, to October 15, 2026. Quotes are due by March 3, 2026, 00:30:00Z.
Opportunity Details
This is a Combined Synopsis/Solicitation issued as a Request for Quotation (RFQ) for commercial services under solicitation number M6845026QM001. The resulting award will be an Indefinite-Delivery Requirements contract with both Firm-Fixed Price (FFP) and cost-reimbursement line items. The acquisition is unrestricted, meaning it is not set-aside for small business concerns.
Scope of Work
The contractor will provide ad hoc rotary-wing airlift AME services, including aircrew, ground personnel, aircraft, supplies, and ancillary support, available 24 hours a day, including weekends and holidays. Key tasks include:
- Positioning/Depositioning: Aircraft, crew, and equipment to/from training areas (Mount Bundy, Kangaroo Flats, Bradshaw Field Training Areas).
- Standby Status: Dedicated standby alert status for scheduled training events (anticipated 1,080 hours, guaranteed minimum 18 days).
- Aeromedical Evacuation: Casualty/emergency evacuation via air movement to designated medical facilities.
- Training and Rehearsals: Conduct AME rehearsals and sustainment training with on-site medical personnel.
- Reporting: Generate and submit all required reports (e.g., Daily SITREP, Sortie Reports, Patient Care Reports).
Performance Requirements
Aircraft must be twin-engine, capable of 138 mph+, 400 km range, transport two non-ambulatory critical patients, and be LLL/NVG/IFR capable with winching capabilities. Response time is critical: within five (5) minutes of notification, with aircraft airborne within twenty (20) minutes. Required personnel include a Program Manager, Aircrew (pilot + officer), Aircraft Maintenance Personnel, and an En-route Care Team (ACM Level 4 Physician and ACM Level 3 Flight Nurse or equivalents). All aircraft must be licensed and maintained per FAA, CASA, DOT, and DoW rules.
Submission & Evaluation
Quotes must be submitted via email only to matheu.weaver@usmc.mil and oshane.r.francis@usmc.mil. The subject line must clearly state "M6845026QM001". Quotes are valid for 60 days. Evaluation will be based on Price, Technical Acceptability, and Past Performance. Offerors must be registered in SAM and air carriers require Commercial Airlift Review Board (CARB) approval. Questions regarding the solicitation were due by February 21, 2026, 12:00 PM Pacific Time.
Key Attachments
- Attachment 1 - Performance Work Statement: Details the full scope and performance standards.
- Attachment 2 - Aircraft Information Sheet: Requires bidders to specify proposed aircraft details.
- Attachment 3 - Past Performance Worksheet: Template for documenting up to five relevant past contracts.
- Attachment 4 - Past Performance Questionnaire: For references to evaluate contractor performance.