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) W911QY-26-S-PPTS-01 for a Portable Patient Transport System (PPTS). This effort, under 10 U.S.C. § 4022 and the Army Open Solicitation (AOS) W9128Z-25-S-A002, seeks innovative prototypes for the Biocontainment, Isolation, and Quarantine (BIQ) program. The Government intends to award multiple Prototype Other Transaction (OT) Agreements. Questions are due March 26, 2026, and the current response date is April 8, 2026.
Scope of Work
The PPTS must safely transport a single, non-ambulatory infectious patient via air, rail, ground, or sea, preventing biological threat spread. Key requirements include:
- Core Functionality: Maintain negative pressure (0.01 inches of water gauge), head-to-foot airflow, 12 air exchanges per hour, and 99.97% filtration efficiency for 0.3-micron particles.
- Certification: Must be certified for military airframes and achieve FDA 510(k) clearance.
- Operational: 12 hours continuous operation with less than 1-minute power interruption during battery hot swap; accommodate 5th to 95th percentile adult male and female dimensions.
- Containment: Hold at least 3 liters of liquid contamination without leaking; allow item transfer while maintaining negative pressure.
- Integration: Compatible with NATO litters, specific ambulance models (UFM 82/83, AMBUS), and airworthiness requirements for various military aircraft (C-17, C-130, KC-135, HH-60).
Contract Details
- Type: Prototype Other Transaction (OT) Agreements under 10 U.S.C. § 4022.
- Acquisition Strategy: Multi-phased approach with Segment I (up to five awards, 30 prototypes, TRL/MRL 5) and Segment II (up to two performers, platform integration, airworthiness, FDA 510(k)).
- Follow-on: Potential non-competitive production contract for up to 400 units over four years upon successful completion.
- Set-Aside: Focus on significant participation from non-traditional defense contractors and/or small businesses.
- Place of Performance: System development at performer facilities; demonstrations and testing at CONUS Government facilities.
Submission & Evaluation
- Initial Submission: A "Solution Brief" (15 pages max) and a Supporting Data Package (PDF format).
- Questions Due: March 26, 2026, by 1700 Eastern Time. Q&A expected by April 7, 2026.
- Response Date: April 8, 2026 (Note: This is a draft CFS; a final due date will be posted).
- Evaluation: Based on Technical Merit, Innovation & IP strategy, and Affordability. Subsequent phases will assess technical feasibility, integration potential, design maturity, and programmatic performance.
Additional Notes
The Government strongly prefers Unlimited Rights for all technical data, software, and intellectual property. All inquiries must be submitted via email to the identified POCs. Unauthorized contact with other Government personnel may result in exclusion from the competition.