Inflight Paramedic Services - Kansas City, Mo
Combined Synopsis Solicitation from US MARSHALS SERVICE • JUSTICE, DEPARTMENT OF. Place of performance: MO. Response deadline: Mar 11, 2026. Industry: NAICS 621999 • PSC Q999.
Market snapshot
Awarded-market signal for NAICS 621999 (last 12 months), benchmarked to sector 62.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 621999
Description
THE PURPOSE OF THIS UPDATE IS TO SHARE QUESTIONS FROM INDUSTRY AND THE GOVERNMENT RESPONSE. SEE ATTACHMENT "Questions Set 1 with Gov Response".
The issuing office is US Marshals Service Justice Prisoner & Air Transportation System (JPATS) FSD, 1251 Briarcliff Parkway, Suite 300, Kansas City, MO 64116 (15M300)
This is a combined synopsis/solicitation for commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.
Solicitation number 15M30026QA3700013 is issued as a request for quote (RFQ). The government intends to award a Labor hour (LH). contract resulting from this solicitation.
This acquisition is SET-ASIDE for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov
The associated North American Industry Classification system (NAICS) code is 621999 and the business size standard is $20.5M.
Line Items including options: SEE THE ATTACHMENT
The description of the service:
This solicitation is for in-flight paramedic services for U.S. Marshals Service-JPATS. Paramedics will be based at JPATS Kansas City Office, 1251 NW Briarcliff Parkway, Kansas City Mo 64116. The Operational site is located at General Aviation, 880 Mexico City Ave, Kansas City, Mo 64153.
The contractor will provide all labor, equipment, supplies, and supervision necessary to achieve the stated outcomes. All work will be performed in accordance with the performance work statement (PWS).
RFO 52.212-1 (DEV) Instructions to Offerors- Commercial Products and Commercial Services does apply to this acquisition with addenda to the provision.
RFO 52.212-2 (DEV) Evaluation—Commercial Products and Commercial Services does apply to this acquisition with addenda to the provision.
In accordance with RFO 12.204, The Government intends to award a single purchase order to a quoter, pursuant to an affirmative determination of responsibility, whose quotation, conforms to the solicitation.
In accordance with RFO FAR Par 12.203 the basis for award will be the offer that is determined to be responsible, the most advantageous, providing the best value after considering
(1)Technical Approach
(2)Price
(3)Relative/Related Experience
(4)Personnel Qualifications
“Offerors shall provide sufficient information for the Government to determine its level of confidence in the ability of the Offeror to perform the requirements of the RFQ based on an assessment of technical approach, relative/related experience, and personnel qualifications from the contractor.”
Delivery/Period of Performance: The period of performance is one (1) year with a one (1) year option period. The requirement also includes an option to extend the services by six (6) months as authorized by RFO clause 52.217-8. The total potential term of service is 30 months.
16 April 2026 – 15 April 2027 base year
16 April 2027 – 15 April 2028 option year
16 April 2026 - 15 April 2028 option 52.217-8
Quotes/offers are due no later than 1:00 p.m. 11 March 2026. The final date to submit questions is 2 March 2026/1:00 p.m. Questions should be addressed in writing via email to Sheila Nimrod, Contracting Officer Sheila.nimrod@usdoj.gov Please include the solicitation number in the subject line of all electronic correspondence. All quotes/offers shall be submitted via e-mail to: Sheila.nimrod@usdoj.gov. Please include the solicitation number in all electronic correspondence. Mail-in copies will not be accepted.
The Government reserves the right to cancel this combined synopsis\solicitation. JPATS will evaluate offers in accordance with evaluation factors identified in RFO FAR 52.212-2, in order to select the offer that is most advantageous to the government, price and other factors considered.
System for Award Management (SAM) Offeror must have an “Active” registration in System for Award Management (SAM) to be considered for award. To obtain information on SAM or to register with SAM visit the web site at: https://www.sam.gov. SAM.GOV
REGISTRATION IS FREE OF CHARGE If you have questions about Federal Government procurements in general or need assistance in the preparation of your quote, a local APEX Accelerator, formerly known as Procurement Technical Assistance Program (PTAP) may be able to help.
The PTAP/APEX Accelerators was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Federal Government marketplace.
To locate an APEX Accelerator near you, go to https://www.aptac-us.org/contracting-assistance/ .
THIS IS A FREE SERVICE BY A NON PROFIT PAID FOR BY THE US GOVERNMENT:
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.