Skip to content
Department of Defense

USAFA Ambulance Services

Solicitation: USAFA_Ambulance
Notice ID: 99ade35c0a384663b8a2480cfc779750

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CO. Response deadline: Apr 06, 2026. Industry: NAICS 621910 • PSC V225.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: USAFA_AMBULANCE. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 621910 (last 12 months), benchmarked to sector 62.

12-month awarded value
$41,280,774
Sector total $561,507,143 • Share 7.4%
Live
Median
$4,644,654
P10–P90
$1,160,378$8,128,931
Volatility
Volatile150%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
7.4%
share
Momentum (last 3 vs prior 3 buckets)
+337%($25,906,206)
Deal sizing
$4,644,654 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 CO
Live POP
Place of performance
USAF Academy, Colorado • 80840 United States
State: CO
Contracting office
Usaf Academy, CO • 80840-2303 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
CO20260009 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Colorado • Denver, Douglas
Rate
CARPENTER (Form Work Only)
Base $33.11Fringe $12.17
Rate
TRAFFIC SIGNALIZATION: Traffic Signal Installation Zone 1
Base $26.42Fringe $4.75
+78 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 78 more rate previews.
Davis-BaconBest fitstate match
CO20260009 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Denver, Douglas
Rate
CARPENTER (Form Work Only)
Base $33.11Fringe $12.17
Rate
TRAFFIC SIGNALIZATION: Traffic Signal Installation Zone 1
Base $26.42Fringe $4.75
Rate
Zone 2
Base $29.42Fringe $4.75
+77 more occupation rates in this WD
Davis-Baconstate match
CO20260007 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Boulder
Rate
POWER EQUIPMENT OPERATOR: (3)- Drill Rig Caisson (smaller than Watson 2500 and similar)
Base $35.03Fringe $15.20
Rate
Scraper (single bowl, under 40 cu. yd), Crane (50 tons and under)
Base $35.20Fringe $15.20
Rate
Drill Rig Caisson (Watson 2500 similar or larger), Crane (51-90 tons), Scraper (40 cu.yd and over),
Base $35.41Fringe $15.20
+50 more occupation rates in this WD
Davis-Baconstate match
CO20260019 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Clear Creek
Rate
CARPENTER (Acoustical Ceiling Installation and Drywall Hanging Only)
Base $35.09Fringe $13.84
Rate
MILLWRIGHT
Base $42.10Fringe $19.02
Rate
ELECTRICIAN (Includes Low Voltage Wiring)
Base $46.80Fringe $19.53
+30 more occupation rates in this WD
Service Contract Actstate match
2023-0171 (Rev 8)
Open WD
Published Jan 20, 2026Colorado • Larimer
47040
Diver
Base $53.87Fringe $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, 4 weeks after 10 years, and 5 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.

Point of Contact

Name
Kenneth Jackson
Email
kenneth.jackson.30@us.af.mil
Phone
Not available
Name
April Delobel
Email
april.delobel.1@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
U
Office
S • AIR FORCE ACADEMY • FA7000 10 CONS LGC
Contracting Office Address
Usaf Academy, CO
80840-2303 USA

More in NAICS 621910

Description

SOURCES SOUGHT:  This is a SOURCES SOUGHT (SS) / REQUST FOR INFORMATION (RFI) for the upcoming United States Air Force Academy (USAFA) Ambulance Services acquisition.  This SS/RFI is for information and planning purposes only and does not constitute a solicitation or a commitment by the Government. DO NOT submit a quote or proposal in response to this SS/RFI. Information provided in response to this SS/RFI is strictly voluntary. There will be no compensation from the Government for submitting a response.  A formal solicitation may be issued at a future date. 

The North American Industry Classification System (NAICS) Code proposed is 621910:  Ambulance Services.  The size standard is $22,500,000.  The proposed Product and Service Code (PSC) is V225 - Transportation/Travel/Relocation - Travel/Lodging/Recruitment:  Ambulance.  The proposed contract is contemplated as a firm-fixed price contract for a one-year base period with four one-year option periods.  The period of performance expected to begin in March 2027, but is subject to change.

This requirement is for a non-personal services contract to provide Ambulance Services to USAFA.  The contractor shall provide continuous ambulance services listed in the draft Performance Work Statement (PWS).  The current draft PWS is attached for reference only.  Comments and/or suggestions on the PWS are highly encouraged and requested to be included in your response to this SS/RFI.  Requested Information:

1. Include in your capabilities package your Unique Entity Identification (UEI), CAGE Code, and System for Award Management (SAM) expiration date.

2. Provide past performance on similar ambulance services, as well as Federal Contract numbers as applicable. 

3.  Provide comments and recommendations for improving or clarifying the draft PWS. 

4. Any other comments/recommendations that the Government should consider for this requirement.

The performance location is USAF Academy, CO 80840. 

Market research is being conducted to determine the interest and capability of potential sources for the requirement.  The Government requests interested parties submit a brief description of their company's information, anticipated teaming arrangements (if any), and a description of similar services offered to the Government and to commercial customers.  All interested vendors shall submit a capabilities package that explicitly demonstrates company capabilities, indicating examples of commercial services related to this effort.  Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. The contractor is required to provide all management and labor required for the services listed in the attached PWS.  The contractor is also responsible for providing all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Ambulance Services as defined in the Draft PWS.  If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. 

The capabilities package should be brief and concise yet clearly demonstrate an ability to meet the stated requirements.  Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.  The response must not exceed 10 pages.  Please note:  All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database.  In accordance with Revolutionary FAR Overhaul (RFO) 52.204-7, System for Award Management (SAM), lack of registration in SAM will make an offeror ineligible for contract award.  The website for registration is www.sam.gov.

Email your responses to:  

Kenneth Jackson, Contract Specialist, kenneth.jackson.30@us.af.mil AND
April Delobel, Contracting Officer, april.delobel.1@us.af.mil

Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN:  6 Apr 2026 at 2:00 PM MDT. Future information about this acquisition, including issuance of a solicitation and/or applicable amendments, will be issued through www.sam.gov.  Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.  

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.