Portable Patient Transport System (PPTS)
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 U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Natick Contracting Division (NCD) has issued a draft Call for Solutions (CFS) for a Portable Patient Transport System (PPTS). This effort, under 10 U.S.C. § 4022 (Prototype Projects), seeks innovative solutions for safely transporting single, non-ambulatory infectious patients across various military transport platforms while preventing biological threat spread. The Government intends to award multiple Prototype Other Transaction (OT) Agreements. Solution Briefs are due April 9, 2026.
Opportunity Details
This Call for Solutions (CFS W911QY-26-S-PPTS-01) is associated with the Army's Open Solicitation (AOS) W9128Z-25-S-A002, operating under Broad Agency Announcement (BAA) authority. The primary objective is to develop a man-portable PPTS with a patient containment enclosure and an integrated, battery-powered air filtration system for the Biocontainment, Isolation, and Quarantine (BIQ) program.
Scope of Work
The PPTS must:
- Maintain a negative pressure differential (0.01 inches of water gauge) and head-to-foot airflow.
- Achieve 12 air exchanges per hour and 99.97% filtration efficiency for 0.3-micron particles.
- Be certified for flight on multiple military airframes (e.g., C-17, C-130, KC-135, HH-60) and achieve FDA 510(k) clearance.
- Operate continuously for 12 hours with less than 1-minute power interruption during battery hot swap.
- Accommodate 5th to 95th percentile adult male and female dimensions.
- Contain at least 3 liters of liquid contamination without leaking and allow item transfer while maintaining negative pressure.
- Be compatible with NATO litters and specific ambulance models (UFM 82/83, AMBUS).
Contract & Acquisition Strategy
The acquisition follows a multi-phased prototype project approach:
- Segment I (Phase I): Up to five OT Agreements will be awarded for the delivery of 30 prototype systems, demonstrating a minimum Technology Readiness Level (TRL) of 5 and Manufacturing Readiness Level (MRL) of 5.
- Segment II (Phases II & III): Up to two performers will proceed. Phase II focuses on platform integration and environmental testing (min TRL 6, MRL 6). Phase III involves airworthiness and operational flight testing (min TRL 8, MRL 8), culminating in Airworthiness Certification and FDA 510(k) clearance. Successful completion may lead to a non-competitive follow-on production contract for up to 400 units over four years. The Government strongly prefers Unlimited Rights for all technical data, software, and intellectual property.
Submission & Evaluation
- Initial Submission: A "Solution Brief" (maximum 15 pages) and a Supporting Data Package in PDF format.
- Proposal Requirements: Must address all project segments and phases, including maturity levels (TRL/MRL), production lead time, total cost, a draft Statement of Work (SOW), Master Delivery Schedule, Bill of Materials (BOM), projected unit cost for Full Rate Production, and data rights assertions.
- Evaluation Criteria: Technical Merit, Innovation & IP strategy, and Affordability.
- Eligibility: The Government will assess whether offerors meet conditions under 10 U.S.C. § 4022(d)(1), with a focus on significant participation from non-traditional defense contractors and/or small businesses.
Key Dates & Contacts
- Questions Due: March 26, 2026, by 5:00 PM ET.
- Solution Briefs Due: April 9, 2026, by 5:00 PM ET.
- Agreements Officer: Dan Adams (dan.l.adams2.civ@army.mil)
- Agreements Specialist: Christine Halamoutis (christine.m.halamoutis.civ@army.mil)