Portable Patient Transport System (PPTS)
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 U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Natick Contracting Division (NCD) has issued a draft Call for Solutions (CFS) for a Portable Patient Transport System (PPTS). This presolicitation, under the Army's Open Solicitation W9128Z-25-S-A002 and 10 U.S.C. § 4022, seeks innovative prototypes for safely transporting infectious patients. The Government intends to award multiple Prototype Other Transaction (OT) Agreements. Solution Briefs are due April 1, 2026.
Purpose & Scope
This CFS (W911QY-26-S-PPTS-01) aims to develop a man-portable PPTS for the Biocontainment, Isolation, and Quarantine (BIQ) program. The system must safely transport a single, non-ambulatory infectious patient via air, rail, ground, or sea, preventing the spread of biological threats. Key features include a patient containment enclosure and an integrated, battery-powered air filtration system, certified for military airframes and operable in austere environments.
Key Requirements
The PPTS must:
- Maintain a negative pressure differential (0.01 inches of water gauge) with head-to-foot airflow and 12 air exchanges per hour.
- Achieve 99.97% filtration efficiency for 0.3-micron particles.
- Operate continuously for 12 hours with less than 1-minute power interruption during battery hot swap.
- Accommodate 5th to 95th percentile adult male and female dimensions for patient restraint.
- Contain at least 3 liters of liquid contamination without leaking.
- Allow item transfer while maintaining negative pressure.
- Be compatible with NATO litters and specific ambulance models (UFM 82/83, AMBUS).
- Meet airworthiness requirements for military aircraft (C-17, C-130, KC-135, HH-60) and achieve FDA 510(k) clearance.
Acquisition Strategy & Contract Details
This is a multi-phased prototype project under 10 U.S.C. § 4022.
- Segment I (Phase I): Up to five OT Agreements will be awarded for performers to deliver 30 prototype systems, demonstrating TRL 5 and MRL 5.
- Segment II (Phases II & III): Up to two performers will proceed, focusing on platform integration, environmental testing (TRL 6, MRL 6), airworthiness, and operational flight testing (TRL 8, MRL 8), culminating in Airworthiness Certification and FDA 510(k) clearance. Successful completion may lead to a non-competitive follow-on production contract for up to 400 units over four years.
Submission & Evaluation
Offerors must submit a Solution Brief (15 pages max) and a Supporting Data Package in PDF format. Proposals should address all project segments and phases, including maturity levels (TRL/MRL), production lead time, total cost, a draft SOW, Master Delivery Schedule, Bill of Materials (BOM), and data rights assertions. Submissions will be evaluated based on Technical Merit, Innovation & IP strategy, and Affordability.
Eligibility
The Government will assess offerors for conditions under 10 U.S.C. § 4022(d)(1), with a focus on significant participation from non-traditional defense contractors and/or small businesses.
Inquiries & Deadlines
All inquiries must be submitted via email to Dan Adams (dan.l.adams2.civ@army.mil) and Christine Halamoutis (christine.m.halamoutis.civ@army.mil) by March 26, 2026, at 1700 Eastern Time. Each offeror may submit only one consolidated set of questions. The deadline for Solution Briefs is April 1, 2026.