DOJ awards $262K for FMC/FPC inmate ambulance services to Medstar Ambulance Inc
Contract Overview
Contract Amount: $262,567 ($262.6K)
Contractor: Medstar Ambulance Inc
Awarding Agency: Department of Justice
Start Date: 2025-10-01
End Date: 2026-06-30
Contract Duration: 272 days
Daily Burn Rate: $965/day
Competition Type: COMPETED UNDER SAP
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: AMBULANCE SERVICE FOR FMC/FPC INMATE POPULATION IN ACCORDANCE WITH THE STATEMENT OF WORK PERIOD OF PERFORMANCE: 10-1-2025 THROUGH 6-30-2026
Place of Performance
Location: BOSTON, SUFFOLK County, MASSACHUSETTS, 02298
Plain-Language Summary
Department of Justice obligated $262,567.42 to MEDSTAR AMBULANCE INC for work described as: AMBULANCE SERVICE FOR FMC/FPC INMATE POPULATION IN ACCORDANCE WITH THE STATEMENT OF WORK PERIOD OF PERFORMANCE: 10-1-2025 THROUGH 6-30-2026 Key points: 1. Contract awarded for ambulance services to Federal Medical Centers (FMC) and Federal Prisons (FPC). 2. Medstar Ambulance Inc. is the contractor for this delivery order. 3. The contract is Firm Fixed Price, with a period of performance from October 1, 2025, to June 30, 2026. 4. Competition was conducted under Simplified Acquisition Procedures (SAP).
Value Assessment
Rating: good
The contract value of $262,567.42 for a 272-day period appears reasonable for specialized medical transport services within correctional facilities. Benchmarking against similar contracts for inmate healthcare support would provide further validation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was competed under Simplified Acquisition Procedures (SAP), indicating a competitive process for awards below the simplified acquisition threshold. This method generally promotes price discovery and fair market value.
Taxpayer Impact: The cost of ambulance services is a necessary expense for inmate healthcare, and competitive bidding aims to ensure taxpayer funds are used efficiently.
Public Impact
Ensures essential medical transportation for inmates in federal facilities. Supports the operational needs of the Bureau of Prisons. Provides continuity of care for a vulnerable population.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for increased demand or emergencies impacting service costs.
- Dependence on a single provider for critical services.
Positive Signals
- Clear statement of work ensures defined service levels.
- Firm fixed price contract provides cost certainty.
Sector Analysis
This contract falls under the healthcare support services sector, specifically for correctional facilities. Spending in this area is driven by inmate population size and healthcare needs, with benchmarks varying based on facility type and location.
Small Business Impact
The data does not indicate whether small businesses were involved in this procurement. Further analysis would be needed to determine the extent of small business participation.
Oversight & Accountability
The Bureau of Prisons, under the Department of Justice, is responsible for overseeing this contract. Standard oversight mechanisms for service delivery and performance would apply.
Related Government Programs
- Ambulance Services
- Department of Justice Contracting
- Federal Prison System / Bureau of Prisons Programs
Risk Flags
- Potential for service disruption.
- Limited competition may impact long-term pricing.
- Dependence on contractor's operational capacity.
- Ensuring consistent quality of care under fixed price.
Tags
ambulance-services, department-of-justice, ma, delivery-order, 100k-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $262,567.42 to MEDSTAR AMBULANCE INC. AMBULANCE SERVICE FOR FMC/FPC INMATE POPULATION IN ACCORDANCE WITH THE STATEMENT OF WORK PERIOD OF PERFORMANCE: 10-1-2025 THROUGH 6-30-2026
Who is the contractor on this award?
The obligated recipient is MEDSTAR AMBULANCE INC.
Which agency awarded this contract?
Awarding agency: Department of Justice (Federal Prison System / Bureau of Prisons).
What is the total obligated amount?
The obligated amount is $262,567.42.
What is the period of performance?
Start: 2025-10-01. End: 2026-06-30.
What is the typical cost per ambulance transport for federal inmates compared to civilian populations?
Benchmarking the per-transport cost for federal inmates against civilian rates is complex due to factors like security protocols, specialized personnel, and the unique environment of correctional facilities. While civilian rates can range from a few hundred to over a thousand dollars per transport depending on service level and distance, inmate transport may incur additional security overhead. A detailed cost analysis comparing the specific services rendered under this contract to industry standards for similar institutional healthcare transport is recommended for a precise comparison.
What are the primary risks associated with relying on a single ambulance service provider for federal correctional facilities?
The primary risks include service disruptions due to contractor issues (e.g., staffing shortages, equipment failure, financial instability), potential price escalation upon contract renewal, and limited leverage for negotiating improved service terms. A sole provider may also face challenges in scaling services rapidly during mass casualty events or widespread emergencies. Mitigation strategies could involve robust performance monitoring, contingency planning, and exploring options for backup providers or inter-agency agreements.
How effectively does this contract ensure timely and appropriate medical care for inmates requiring ambulance transport?
The effectiveness hinges on the contractor's adherence to the Statement of Work (SOW), response times, and the quality of care provided. The Firm Fixed Price structure incentivizes efficiency but requires careful monitoring to ensure no compromise on service quality. The Bureau of Prisons' oversight, including performance metrics and patient feedback mechanisms, will be crucial in determining how well the contract meets the critical need for timely and appropriate medical transport for the inmate population.
Industry Classification
NAICS: Health Care and Social Assistance › Other Ambulatory Health Care Services › Ambulance Services
Product/Service Code: TRANSPORT, TRAVEL, RELOCATION › TRAVEL, LODGING, RECRUITMENT SVCS
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1000 BATTLES ST, LEOMINSTER, MA, 01453
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $262,567
Exercised Options: $262,567
Current Obligation: $262,567
Actual Outlays: $93,386
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 15B20521D00000112
IDV Type: IDC
Timeline
Start Date: 2025-10-01
Current End Date: 2026-06-30
Potential End Date: 2026-06-30 00:00:00
Last Modified: 2026-04-07
Other Department of Justice Contracts
- Contractor Owned and Operated Existing Correctional Facility for Approximately 3,500 LOW Security Male Inmates — $794.5M (Cornell Companies, Inc.)
- Detention Services - SAN Diego — $776.9M (THE GEO Group, Inc.)
- CO: Telly Renfroe Award of NEW Task Order Base Year Initial Funding — $616.4M (AT&T Enterprises, LLC)
- TAS 151060 - Services for the Management and Operation of a Contractor-Owned, Contractor-Operated, Correctional Facility for 2,567 Beds in Adams County, Mississippi — $574.3M (Corecivic, Inc.)
- Provide Services for the Management and Operation of a Correctional Facility in Accordance With Rfp-Pcc-0014 — $568.9M (Cornell Companies, Inc.)