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, under the Army Open Solicitation (AOS) W9128Z-25-S-A002 and 10 U.S.C. § 4022 (Prototype Other Transaction Authority), seeks innovative solutions for safely transporting single, non-ambulatory infectious patients across various transport methods (air, rail, ground, sea) while preventing biological threat spread. The final CFS and submission deadline are pending, with updates expected after the draft period.
Scope of Work
The PPTS must be a man-portable system featuring a patient containment enclosure and an integrated, battery-powered air filtration system. Key requirements include maintaining a negative pressure differential (0.01 inches of water gauge), head-to-foot airflow, 12 air exchanges per hour, and 99.97% filtration efficiency for 0.3-micron particles. The system must be certified for military airframes, operable for 12 continuous hours with hot-swap battery capability, and achieve FDA 510(k) clearance by the end of the project. It must also be compatible with NATO litters and specific ambulance models.
Contract & Timeline
- Type: Prototype Other Transaction (OT) Agreements under 10 U.S.C. § 4022.
- Acquisition Strategy: Multi-phased, with up to five OTAs awarded in Segment I for 30 prototype systems (TRL 5, MRL 5). Subsequent segments will focus on integration, environmental testing, airworthiness, and FDA 510(k) clearance.
- Potential Follow-on: Successful prototypes may lead to a non-competitive follow-on production contract for up to 400 units over four years.
- Submission: Initial submission requires a 15-page Solution Brief and a Supporting Data Package.
- Draft Questions Due: March 26, 2026 (closed).
- Final CFS Due Date: To be determined (TBD).
- Published: April 9, 2026 (latest update).
Eligibility & Evaluation
- Set-Aside: None specified, but the Government will focus on significant participation from non-traditional defense contractors and/or small businesses.
- Evaluation Criteria: Technical Merit, Innovation & IP strategy, and Affordability. Subsequent phases will assess technical feasibility, integration potential, design maturity, and programmatic performance.
- Key Clarifications: Berry Amendment compliance is required for prototypes. The Government prefers Unlimited Data Rights, with Government Purpose Rights as the minimum acceptable. A credible Phase III path to FDA clearance is acceptable for initial Solution Briefs.
Additional Notes
Individual components must not exceed 50 lbs, and the total system in stored configuration (including containers) must not exceed 200 lbs. The full Statement of Objectives (SOO) provides detailed performance requirements. All communications must be directed to the Agreements Officer, Dan Adams (dan.l.adams2.civ@army.mil), or Agreements Specialist, Christine Halamoutis (christine.m.halamoutis.civ@army.mil).