PKA - RFQ for Courier Services - 6 MDG
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is soliciting proposals for Courier Services for the 6th Medical Group at MacDill Air Force Base, FL, and its satellite clinic in Brandon, FL. This Total Small Business Set-Aside requires the contractor to provide all personnel, equipment, and services necessary to pick up and deliver medical supplies, records, mail, laboratory specimens, and diagnostic imaging films. Proposals are due April 6, 2026, at 12:00 PM EST.
Scope of Work
The contractor will perform scheduled daily runs between MacDill AFB Clinic and Sabal Park Clinic, including multiple drop sites, and provide unscheduled courier services as needed. Deliveries include pre-packaged clinical specimens, supplies, correspondence, outgoing mail, pharmaceuticals, and clinic x-rays. The service also involves handling runs with excess weight (up to 500 lbs).
Contract Details
- Opportunity Type: Solicitation (RFQ FA481426Q0028)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 492110 (Courier Services), Size Standard: 1,500 employees
- Period of Performance: 12-month base period with one 6-month option to extend services.
- Place of Performance: Tampa, FL (MacDill AFB Clinic, Sabal Park Clinic, and potentially other local Tampa area clinics).
- Incumbent: Crown Based Services LLC (Contract FA481424C0004).
Key Requirements & Clarifications
Vehicles must have at least 200 cubic feet of cargo capacity and 46 inches of height, be covered, secured, and equipped with functioning air conditioning. The Government will provide refrigerant packs and temperature-controlled transport containers. Contractors must be certified and/or bonded to carry pharmaceuticals, lab/blood products, and dry ice by the performance start date. Required training includes OSHA, HIPAA, Hazardous Materials, and Bloodborne Pathogens. Subcontracting is permitted, with the prime remaining fully responsible. A 2-week transition period is planned.
Submission & Evaluation
- Proposals Due: April 6, 2026, 12:00 PM EST.
- Submission Format: Two volumes:
- Volume I (Technical): Max 15 pages (excluding covers, TOC, title pages). Must address technical approach and PWS understanding, without pricing.
- Volume II (Price): Must include pricing for CLINs 0001 (Daily Scheduled Runs) and 0002 (Unscheduled Runs), and CLINs 1001/1002 for the 6-month option (evaluated at half the base year price).
- Evaluation Criteria: Price will be evaluated first for reasonableness, followed by non-price factors for the lowest-priced technically acceptable quote. Technical Capability will assess the proposed approach against specific elements: Temperature-Controlled Transport Methodology, Chain of Custody and Secure Handling, Schedule Management, Contract Management and Quality Control, Personnel Recruitment, and Driver Conduct and Training. Technical ratings are Acceptable or Unacceptable.
- Wage Determination: Bidders must adhere to the Service Contract Act Wage Determination 2015-4571, Revision 28, for Hernando, Hillsborough, Pasco, Pinellas counties, FL.
Contacts
- Primary: SrA Andrew Grant (andrew.grant.6@us.af.mil)
- Secondary: TSgt Daniel Johnson (daniel.johnson.141@us.af.mil)