USAFA Ambulance 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 United States Air Force Academy (USAFA) is conducting a Sources Sought (SS) / Request for Information (RFI) to identify potential sources for Ambulance Services at USAF Academy, Colorado Springs, CO. This is for market research and planning purposes only; it is not a solicitation. The government is seeking industry feedback and capabilities for a contemplated Firm Fixed-Price contract. Responses are due April 6, 2026.
Scope of Work
The requirement is for non-personal services to provide continuous 24-hour ground ambulance, EMT, and paramedic services across the entire USAFA area, including the Flight Line, Cadet Area, various housing areas, and a section of the I-25 corridor (mile markers 150-157). This includes emergency response, patient transport to appropriate medical facilities, and support for base exercises, special events, athletic events, and specialized training (approximately 780 hours annually). A minimum of three dedicated ambulances are required on-site. Performance standards include specific response times (within 12 minutes for USAFA, within 14 minutes for I-25) and quality metrics such as limiting customer complaints and ensuring no balance billing for TRICARE eligible members. The contractor will be responsible for providing all management, labor, personnel, equipment, supplies, and facilities necessary for these services.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Contemplated Contract Type: Firm Fixed-Price
- Contemplated Duration: One-year base period with four one-year option periods
- NAICS: 621910 - Ambulance Services (Size Standard: $22.5M)
- PSC: V225 - Transportation/Travel/Relocation: Ambulance
- Set-Aside: None specified (market research stage)
- Expected Period of Performance Start: March 2027 (subject to change)
- Response Due: April 6, 2026, 2:00 PM MDT
- Published: March 19, 2026
Requested Information
Interested parties should submit a capabilities package (maximum 10 pages) demonstrating their ability to meet the requirements. The package should include:
- Company information, Unique Entity Identification (UEI), CAGE Code, and System for Award Management (SAM) expiration date.
- Past performance on similar ambulance services, including Federal Contract numbers as applicable.
- Comments and recommendations for improving or clarifying the attached draft Performance Work Statement (PWS).
- Description of similar services offered to government and commercial customers.
- Anticipated teaming/subcontracting arrangements (if any), including percentage of effort and whether small or large businesses will be used.
- Indication of foreign-owned/controlled status and any contemplated use of foreign national employees.
Submission Details
Responses must be emailed to Kenneth Jackson (kenneth.jackson.30@us.af.mil) AND April Delobel (april.delobel.1@us.af.mil). Telephone responses will not be accepted. All contractors doing business with the Federal Government must be registered in SAM.gov.