Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 14, 2026 SAM #8874
SOURCES SOUGHT

Q -- Ambulatory Services for Tyndall AFB, FL

Notice Date
3/12/2026 9:19:37 AM
 
Notice Type
Sources Sought
 
NAICS
621910 — Ambulance Services
 
Contracting Office
FA4819 325 CONS PKP TYNDALL AFB FL 32403 USA
 
ZIP Code
32403
 
Solicitation Number
FA481926R0999
 
Response Due
3/27/2026 1:00:00 PM
 
Archive Date
04/11/2026
 
Point of Contact
Matthew Lahr, Phone: 8502838697, Shawna Morris, Phone: 8502838632
 
E-Mail Address
matthew.lahr.3@us.af.mil, shawna.morris.2@us.af.mil
(matthew.lahr.3@us.af.mil, shawna.morris.2@us.af.mil)
 
Description
Sources Sought / Request for Information (RFI) Project Title: Ambulatory Services for Tyndall Air Force Base, Florida Issuing Office: 325th Contracting Squadron 1.0 Introduction and Purpose The 325th Contracting Squadron is conducting market research to identify parties having capability and interest in fulfilling a potential requirement for ambulatory services for Tyndall Air Force Base, Florida. Disclaimer: This RFI is issued solely for information and planning purposes and does not constitute a solicitation. A response to this RFI is not an offer and cannot be accepted by the Government to form a binding contract. The Government is not liable for any costs associated with responding to this RFI. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Vendors are encouraged to respond to this sources sought notice, as responses will be used to 1) define the final requirement and 2) develop the acquisition strategy, which may include potential small business set-asides. 2.0 Background and Scope Due to potential staffing shortfalls, the 325th Medical Group (MDG) and 325th Civil Engineering Squadron (CES) are contemplating a contracted solution for future ambulatory services supporting Tyndall Air Force Base, Florida. The contractor shall provide state certified Paramedic and Emergency Medical Responder (EMR) Services to respond to requests for emergency medical services, patient treatment, and stabilization as required. Contractor must provide at least one dedicated ambulance for this contract. The ambulances must be equipped to support Advanced Life Support (ALS). The Paramedic may be required to perform only basic first aid or any level beyond to include Advanced Life Support (ALS). The Contractor shall provide 24-hour, 7 days a week uninterrupted response coverage, to include response to in-flight emergencies (IFE�s). The contractor shall respond to medical incidents within Tyndall AFB (TAFB) property, all associated housing areas including Tyndall AFB family campground area and beaches. The contracted ambulance service response jurisdiction covers all areas US Highway 98 from the DuPont Bridge to the Mexico Beach city limits. The base is approximately 3,500 acres in size. The contracted ambulance service transfer boundaries are dictated by the availability of care within the civilian community. They shall respond to all calls per direction received primarily from 911 dispatcher, Tyndall AFB Fire Emergency Services or Security Forces. Attached in (Appendix G) shows the call tree of how 911 calls are processed. All calls shall have a minimum of two State of Florida certified/ National Registered Emergency Medical Technicians (one NREMR personnel, and one designated as a Paramedic). 3.0 Respondent Information Please provide the following administrative information for your company: Company Name CAGE Code SAM Unique Entity ID (UEI) Small Business Status Under NAICS 621910 CMMC Compliance Level Point of Contact (POC) Name POC Title POC Phone Number POC Email 4.0 Questions for Industry Please provide detailed and comprehensive answers to the following questions to help us fully understand your capabilities and recommendations. 4.1 Relevant Experience Include experience in performing efforts of similar size and scope within the last five (5) years. The following Government or commercial information shall be provided for each of your references: (1) Contract Number and Project Title (2) Name of Contracting Activity (3) Contracting Officer�s Name, Telephone Number and/or email address (4) Contracting Officer�s Technical Representative or Primary Point of Contact, telephone and email address (5) Indication of whether your firm acted as prime or subcontractor (6) Contract Period of Performance and Contract Value (7) Brief summary of work performed and how it relates to the technical services described herein. 4.2 Draft Performance Work Statement (PWS) � See Attached 325 CONS is interested in obtaining industry feedback regarding the draft PWS requirements, including but not limited to: (1) Identification of areas requiring additional explanation (2) Potential issues (3) Areas that could be refined to provide a clearer understanding of the requirement 4.3 Project Management and Risk What is a realistic timeline for performance start date from contract award to full operational capability? What do you identify as the primary risks associated with this project, and what are your proposed mitigation strategies? 4.4 Cost and Pricing (Optional) Note: Any cost data provided may be used to inform the Government's budgetary estimate only and is not contractually obligating to the vendor. Provide a Rough Order of Magnitude (ROM) cost estimate for the annual periods of performance, to include one 12-month base period and four 12-month option periods. 5.0 Submission Instructions Interested parties are requested to submit their responses to this RFI in writing to the 325th Contracting Squadron via email to Matthew Lahr at matthew.lahr.3@us.af.mil and Shawna Morris at shawna.morris.2@us.af.mil by the response date indicated in this RFI/sources sought. Please include the RFI title in the subject line of your email. We appreciate your time and effort in responding to this RFI. The information you provide will be instrumental in helping us develop a comprehensive and effective solution for this important requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/606b8eb2c04c4d7d85d5fb4a9ed5b2d4/view)
 
Place of Performance
Address: Tyndall AFB, FL 32403, USA
Zip Code: 32403
Country: USA
 
Record
SN07744051-F 20260314/260312230052 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.