Skip to content
Department of Transportation

Emergency Medical Services Information System (NEMSIS) Technical Assistance Center (TAC)

Solicitation: 693JJ926R000037
Notice ID: 653b8f962569448e81ad6b4928abc404
TypeSpecial NoticeNAICS 518210DepartmentDepartment of TransportationAgencyNational Highway Traffic Safety AdministrationStateDCPostedMar 17, 2026, 12:00 AM UTCDueMar 31, 2026, 07:00 PM UTCCloses in 14 days

Special Notice from NATIONAL HIGHWAY TRAFFIC SAFETY ADMINISTRATION • TRANSPORTATION, DEPARTMENT OF. Place of performance: DC. Response deadline: Mar 31, 2026. Industry: NAICS 518210.

Market snapshot

Awarded-market signal for NAICS 518210 (last 12 months), benchmarked to sector 51.

12-month awarded value
$33,877,417
Sector total $242,234,370 • Share 14.0%
Live
Median
$450,000
P10–P90
$105,514$470,000
Volatility
Volatile81%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
14.0%
share
Momentum (last 3 vs prior 3 buckets)
+1554%($30,015,359)
Deal sizing
$450,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for DC
Live POP
Place of performance
Washington, District of Columbia • 20590 United States
State: DC
Contracting office
Washington, DC • 20590 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2007-0117 (Rev 36)
Open WD
Published Dec 03, 2025District of Columbia
24510
Barber
Base $22.87Fringe $0.00
24540
Beautician (Cosmetologist)
Base $22.87Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE Standard Form 1444 (SF-1444) Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be retroactive to the commencement date of the contract (See 29 CFR 4.6(b)(2)(iv)(C)(vi)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, U.S. Department of Labor, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the ""Service Contract Act Directory of Occupations"" (the Directory) should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination.

Point of Contact

Name
Thomas Vandell
Email
Thomas.Vandell@dot.gov
Phone
Not available

Agency & Office

Department
TRANSPORTATION, DEPARTMENT OF
Agency
NATIONAL HIGHWAY TRAFFIC SAFETY ADMINISTRATION
Subagency
693JJ9 NHTSA OFFICE OF ACQUISTION
Office
Not available
Contracting Office Address
Washington, DC
20590 USA

More in NAICS 518210

Description

This is a Special notice (synopsis) for a procurement in accordance with FAR Part 5.203; to provide notice that the Government contemplates the award of a large business for a sole source contract as noted in the attached Justification for Other Than Full and Open.

The mission of the National Highway Traffic Safety Administration (NHTSA) is to save lives, prevent injuries, and reduce economic costs due to road traffic crashes through education, research, safety standards, and enforcement. The Highway Safety Act of 1970 established NHTSA and tasked it with implementing safety programs under the National Traffic and Motor Vehicle Safety Act of 1966 and the Highway Safety Act of 1966.

The mission of the NHTSA Office of Emergency Medical Services (OEMS) is to improve emergency medical services (EMS) systems nationwide and reduce death and disability resulting from motor vehicle crashes and other emergencies. Pursuant to its authority under 23 U.S.C. § 401 et seq., OEMS supports national programs that strengthen EMS infrastructure and the delivery of prehospital care. This acquisition enables the continued operation and improvement of NEMSIS, the National EMS Database (NEMSD), and the TAC, which together capture EMS records, improve data quality, support system evaluation, and promote integration with traffic safety, emergency response, and health information systems.

Highway safety outcomes depend in part on the rapid and effective response of EMS following a crash. However, for many years, the EMS community lacked access to standardized national data to assess system performance, evaluate outcomes, or guide improvements. NHTSA and its partners addressed this gap through the creation of the NEMSIS, which provides a national standard for documenting out-of-hospital care and a technical infrastructure to collect and analyze EMS data at local, state, and national levels.

Acquisition History

NEMSIS originated in 2001 under a cooperative agreement awarded to the National Association of State EMS Directors (NASEMSD, now the National Association of State EMS Officials [NASEMSO]). The agreement supported early development of a national dataset and database schema to improve EMS documentation and data sharing across jurisdictions. Between 2001 and 2004, successive funding modifications expanded the programmatic scope to include extensible markup language (XML) schema development, a national data dictionary, and implementation planning guidance for state EMS systems.

In 2005, a new cooperative agreement was awarded to the University of Utah U of U) to establish and operate the TAC. This marked a shift toward national implementation, with the TAC providing technical assistance to States, Territories, Tribal Nations, and the District of Columbia (STTDC) EMS agencies and software vendors. Over the next decade, the agreement was extended and expanded annually. Funding increased to support additional responsibilities, including vendor compliance testing, real-time data validation, national reporting, and stakeholder coordination. By 2010, the program's annual cost had grown to $1.5 million.

In 2015, NHTSA transitioned from program management through cooperative agreement to a formal support services contract with U of U to reflect the program’s operational maturity, complexity, and reach. This change established a more structured framework for deliverables, performance milestones, and accountability. The expanded contract scope included:

  • National infrastructure maintenance,
  • Technical and user support for more than 16,000 EMS agencies,
  • Secure collection and quality assurance of over 60 million records per year,
  • Versioning and schema updates,
  • Dashboards and analytic tools,
  • Interoperability with health information exchanges (HIEs), registries, and traffic safety datasets.

 The contract model enabled NHTSA to direct specific priorities, ensure timeliness, and hold the contractor accountable for nationwide system performance and support.

As part of the 2015 transition to a formal NEMSIS contract with the U of U, NHTSA evaluated migrating the NEMSIS database and operations from the contractor‑hosted environment into a fully federal, DOT‑operated cloud environment. The evaluation determined that the primary barriers were DOT’s lack of technical capability, resources, and staffing to stand up and operate a hosting environment capable of collecting and sustaining the volume and cadence of state EMS data submissions. At the time, the system needed to ingest approximately 35 million records per year, with multiple records arriving each second, in order to support NEMSIS surveillance tools. DOT did not have the capacity to achieve that level of continuous, high‑throughput operation while maintaining reliability and service continuity.

Additional considerations included the legal and operational burden of renegotiating all Data Use Agreements (DUAs) with NHTSA, since the DUAs were and remain between state and territorial data partners and the U of U. State and territorial partners preferred to continue voluntary EMS data submission to the U of U, which supported operational continuity without disrupting established state workflows.

Current Environment and Need

NEMSIS is adopted across all 50 states, the District of Columbia, three U.S. territories, many tribal nations, and the roughly 16,000 EMS agencies operating within those jurisdictions. Data from EMS activations are submitted to the NEMSD, typically within 72 hours. As of 2024, the NEMSD contains more than 485 million EMS records, with approximately 60 million added annually. EMS software systems are tested for compliance with the NEMSIS data standard every one to two years, and all submitted records undergo extensive automated validation.

The TAC plays a critical role in ensuring the technical and operational stability of this infrastructure. It manages the national data standard, conducts software compliance testing, assists state and vendor adoption, maintains secure data pipelines, and coordinates with standards organizations to ensure interoperability with systems such as Model Minimum Uniform Crash Criteria (MMUCC), Fatality Analysis Reporting System (FARS), HIEs, Qualified Health Information Networks (QHINs), and clinical registries.

The scope of responsibilities has significantly expanded in recent years to reflect the maturity and national significance of the NEMSIS program. Core services now include:

  • Cloud and Infrastructure: Hosting within a Federal Information Security Management Act (FISMA) Moderate-level Amazon Web Services (AWS) environment with 24/7/365 availability, failover capabilities, system replication, and role-based access control.
  • Cybersecurity: Strict adherence to DOT, NHTSA, Continuous Diagnostics and Mitigation (CDM), and FISMA policies, including encryption of data in transit and at rest, authentication via Personal Identity Verification (PIV) credentials, and public trust security clearances for personnel.
  • Software and Data Tools: Support for an Online Analytical Processing (OLAP)-type data cube, dozens of role-specific dashboards, real-time data quality monitoring, and analytic feeds for advanced analysis through data feeds to NHTSA’s Enterprise Data Management Analytics Services (EDMAS) platform.
  • Regular and recurring monthly and annual data feeds to the U.S. Department of Transportation (USDOT) and NHTSA’s analytics repository using sanitized monthly and annual datasets. This will require some collaborative meetings and discussions with U.S. DOT and NHTSA staff to ensure standards, optimization and best practices are followed and communicated between the Contractor and NHTSA.
  • Governance and Documentation: Robust version control, change tracking, cybersecurity scanning and reporting, configuration management, and compliance documentation.
  • Data Use Agreements: Negotiate, execute, and maintain DUAs with STTDC partners.
  • Interoperability and FHIR: A forthcoming migration from XML to Fast Healthcare Interoperability Resources (FHIR) standards, in alignment with federal mandates under the 21st Century Cures Act, requiring extensive planning, technical assistance, and infrastructure upgrades.

This expanding mission reflects NEMSIS’s evolution into a mature federal data platform with increasing demands for technical stewardship, cybersecurity, real-time data services, and cross-sector interoperability. Given the complexity and breadth of work now required, including high-availability infrastructure, continuous compliance, technical support, stakeholder engagement, and strategic modernization, the program’s operational cost is expected to reach approximately $10 million annually.

 Filling this data processing, hosting, and related services requirement will ensure operational continuity of the NEMSD and maintain NHTSA’s position as the national leader in offering technical stewardship and ensuring the EMS data infrastructure supports national highway safety strategy, informs post-crash care coordination, and ultimately helps save lives on America’s roads for years to come.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.