Opportunity

SAM #PANHCA-26-P-0000_031032

Administrative EMS Services for Utah Occupational Health Clinics (Tooele Army Depot and Dugway Proving Ground)

Buyer

W40M Medical Materiel Center-West

Posted

May 04, 2026

Respond By

May 12, 2026

Identifier

PANHCA-26-P-0000_031032

NAICS

621399, 621111

This opportunity seeks qualified providers for administrative Emergency Medical Services (EMS) at Utah Occupational Health Clinics supporting US Army facilities. - Government Buyer: - US Army Medical Command, Medical Readiness Contract Office-West (W40M MRC0 WEST) - US Army Health Contracting Activity - Services Requested: - Administrative EMS services for Tooele Army Depot and Dugway Proving Ground clinics - Includes technical support, annual evaluations, quarterly reviews, monthly analyses, random audits, and recommendations for EMS quality improvement - Requirements: - Provider must be a Doctor of Medicine (MD) or Doctor of Osteopathy (DO) from an accredited institution - All services must comply with federal, state, and local laws and regulations - No products are requested; this is a service-only requirement - Contract Details: - Firm fixed price contract - Base period of one year with four one-year option periods - Places of Performance: - Tooele Army Depot (military base) - Dugway Proving Ground (military base) - Contracting office at JBSA Fort Sam Houston, Texas

Description

This is a Sources Sought Notice announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. Any requests for a solicitation in response to this notice will not be honored. The Medical Readiness Contract Office-W, Fort Bliss, TX, has an upcoming requirement to solicit for and award for Utah Occupational Health Clinics: Tooele Army Depot and Dugway Proving, Dugway, UTAH. Basic requirement details are listed below. This request is anticipated to result in a Firm Fixed-Priced contract. The type of solicitation to issue will be based upon the responses to this synopsis. Contact with Government Personnel, other than the Contract Specialist identified at the bottom of this notice, by any potential offeror, or their employees’, regarding this requirement is strictly prohibited.

The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business, and Service-Disabled Veteran-Owned Small Business (SDVOSB), as well as the interest, capabilities and qualifications of various members of the Large Business community, to compete and perform a Firm Fixed Price Contract for these supplies. The type of solicitation to issue will depend upon the responses to this source sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors.

The North American Classification System (NAICS) code for this requirement is 621111 “Offices of Physicians, expect mental health specialists.” The Small Business Size Standard is $1M.

Responses to this Sources Sought Notice should demonstrate the firm’s ability, capability, and responsibility to provide and deliver the products or services listed below. In response to this notice, interested parties shall submit a written Statement of Capability limited up to 5 pages and shall include the following information: •Offeror’s name, address, point of contact, phone number, and e-mail address. •Offeror’s interest in providing a proposal/quote on the solicitation when it is issued. •Offeror’s capability to provide the products or services being requested. •For reference, The vender shall provide all services required to accomplish the administrative requirements for maintaining and supporting the establishment of applicable Emergency Medical Services (EMS) protocols for the Utah Occupational Health Clinics: Tooele Army Depot and Dugway Proving Ground, which are subject to all applicable federal, state and local law and regulation. This requirement is for the base period beginning on or about 1 September 2026 through 31 August 2027, with four one-year option periods. QUALIFICATIONS: Shall be a Doctor of Medicine (MD) or Doctor of Osteopathy (DO) with a degree from an accredited college or university. SPECIFIC TASKS. Specific tasks include, but are not limited to: -    Provide technical support and information for establishing and updating EMS protocols and review of EMS run sheets for use at the Occupational Health Clinics/sites. -    Annual Evaluation. Evaluate existing EMS protocols annually and recommend new EMS protocols as appropriate that meet or exceed the minimum standard protocols in accordance with applicable federal, state and local law and regulations. Provide the results of the annual evaluation, and the written recommendations, within 30 calendar days of annual evaluation to the KO and COR. Annual reports occur during the month of December. -    Quarterly Reviews. Examine all ambulance runs and records of service calls and using that review results, provide administrative and technical assistance to promote compliance with accepted medical protocols. Send this quarterly review to the KO, COR, Director, and Occupational Health Services and the EMS Coordinator on Dugway Proving Ground. Provide written report within 30 calendar days of quarterly review. -    Monthly Analysis. Analyze time response reports on emergency ambulance calls, and make recommendations, if needed to assure adequate response times. Provide written recommendations within 30 calendar days of monthly analysis and send it to the KO and COR. -    Random Audits. Performs random audits (at least quarterly) of documentation of calls where emergency medical care was provided to assist in resolving any deficiencies or potential deficiencies that may be identified. Provide written report within 30 calendar days of audit. Provide a written summary of all audits annually to the KO and the COR. -    Recommendation. At Government request, provide recommendations on local EMS quality improvement policies to ensure outcomes that reflect the goals and standards of the EMS system. Provide a written recommendation no later than 30 calendar days after government request to the KO and COR

• Offeror’s capability to perform a contract of this magnitude and complexity for William Beaumont Army Medical Center, Fort Bliss, TX. 

• Offeror’s type of small business and Business Size (Whether 8(a), HUB Zone, Women-Owned Small Business, Service-Disabled Veteran Owned Small Business, etc.), or Large Business Status, should be documented in the Statement of Capability. 

Interested parties are responsible for marking information that is proprietary in nature. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The Government is not obligated to, nor will it, pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. No subcontracting opportunity is anticipated. A determination by the Government to not compete this proposed contract action based on the responses to this notice is solely within the discretion of the Government.

Interested Offeror shall respond to this Sources Sought Notice no later than 12 May 2026 at 10:00 A.M Mountain Standard Time. All interested businesses must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award of Government contracts. Email your response to MAJ Elizabeth St. Peter at email: elizabeth.a.stpeter.mil@health.mil. Telephonic inquiries will NOT be honored. EMAIL IS THE PREFERRED METHOD.  

View original listing