Portable Patient Transport System (PPTS) Draft
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 presolicitation seeks innovative prototype solutions to safely transport non-ambulatory infectious patients, preventing biological threat spread. The effort is conducted under 10 U.S.C. § 4022 as part of the Army's Open Solicitation (AOS) W9128Z-25-S-A002. The current draft response date is May 15, 2026, but the final CFS and due date are pending.
Opportunity Details
This multi-phased prototype project aims to develop a man-portable PPTS with a patient containment enclosure and an integrated, battery-powered air filtration system. The system must maintain negative pressure, provide 12 air changes per hour, and filter exhaust air with 99.97% efficiency for 0.3-micron particles. It must be certified for military airframes, achieve FDA 510(k) clearance (a credible path is acceptable initially), and operate continuously for 12 hours with hot-swap battery capability. Key requirements include containing at least 3 liters of liquid without leaking, accommodating 5th to 95th percentile adult dimensions, and being compatible with NATO litters, specific ambulance models (UFM 82/83, AMBUS), and various military aircraft (C-17, C-130, KC-135, HH-60). Individual components must not exceed 50 lbs, and the total system in stored configuration must not exceed 200 lbs. Interoperability with Biocontainment, Isolation, and Quarantine (BIQ) systems is also required.
Acquisition Strategy & Contract
The Government intends to award multiple Prototype Other Transaction (OT) Agreements. The acquisition follows a phased approach:
- Segment I (Phase I): Up to five OT Agreements will be awarded for the delivery of up to 15 prototype systems, demonstrating Technology Readiness Level (TRL) 5 and Manufacturing Readiness Level (MRL) 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.
Submission & Evaluation
Interested parties are invited to submit a "Solution Brief" (maximum 15 pages) and a Supporting Data Package. Proposals must address all project segments and phases, including TRL/MRL, production lead time, total cost, a draft Statement of Work (SOW), Master Delivery Schedule, Bill of Materials (BOM), and data rights assertions. Evaluation will be based on Technical Merit, Innovation & IP strategy, and Affordability. The Government prefers Unlimited Rights for technical data and intellectual property, with Government Purpose Rights as the minimum acceptable. Berry Amendment compliance is required for prototypes.
Eligibility & Deadlines
This opportunity focuses on significant participation from non-traditional defense contractors and/or small businesses. All inquiries and questions regarding this draft CFS were due by March 26, 2026. The Government plans to post Questions and Answers, and the final CFS and SOO with a definitive due date will be released later. The current draft response date is May 15, 2026.