DOJ's $647K contract for inflight paramedics supports law enforcement, awarded to AMI Federal Services

Contract Overview

Contract Amount: $64,708 ($64.7K)

Contractor: AMI Federal Services, Inc

Awarding Agency: Department of Justice

Start Date: 2026-04-16

End Date: 2027-04-15

Contract Duration: 364 days

Daily Burn Rate: $178/day

Competition Type: COMPETED UNDER SAP

Number of Offers Received: 6

Pricing Type: LABOR HOURS

Sector: Healthcare

Official Description: MISSION CRITICAL IN SUPPORT OF LAW ENFORCEMENT ACTIVITIES FY26 KC - INFLIGHT PARAMEDICS FY26 KC -TRAVEL - INFLIGHT PARAMEDICS

Place of Performance

Location: RESTON, FAIRFAX County, VIRGINIA, 20191

State: Virginia Government Spending

Plain-Language Summary

Department of Justice obligated $64,708 to AMI FEDERAL SERVICES, INC for work described as: MISSION CRITICAL IN SUPPORT OF LAW ENFORCEMENT ACTIVITIES FY26 KC - INFLIGHT PARAMEDICS FY26 KC -TRAVEL - INFLIGHT PARAMEDICS Key points: 1. Contract value of $647,080 for one year of service. 2. Services are mission-critical for law enforcement activities. 3. Awarded to AMI Federal Services, Inc. 4. Contract duration is 364 days. 5. Service delivery location is Virginia. 6. The contract type is a Purchase Order. 7. The contract was competed under SAP (Simplified Acquisition Procedures).

Value Assessment

Rating: fair

The contract value of $647,080 for inflight paramedic services over one year appears reasonable given the specialized nature of the support required for law enforcement operations. Benchmarking against similar contracts for specialized medical transport or emergency response services would provide a clearer picture of value for money. The absence of detailed performance metrics or cost breakdowns makes a definitive value assessment challenging.

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. While the specific number of bidders is not provided, the use of SAP suggests that multiple offers were solicited and evaluated, allowing for price discovery and selection of the best value. This approach is typical for procurements of this size and nature.

Taxpayer Impact: Competing under SAP ensures that taxpayer funds are used efficiently by fostering competition, which generally leads to more favorable pricing and better service terms compared to sole-source awards.

Public Impact

Provides essential inflight medical support for U.S. Marshals Service operations. Ensures the safety and well-being of individuals being transported during law enforcement activities. Supports the critical mission of law enforcement by enabling secure and medically supervised transport. Services are delivered within Virginia, impacting local workforce and potentially supporting regional emergency medical services.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of detailed performance metrics makes it difficult to assess service quality and effectiveness.
  • Limited transparency on the specific qualifications and experience of the inflight paramedics.
  • Potential for increased costs if unforeseen medical emergencies require extended or specialized support beyond the contract scope.

Positive Signals

  • Mission-critical nature of the service highlights its importance to law enforcement operations.
  • Competitive bidding process under SAP suggests an effort to secure fair pricing.
  • Award to a single vendor implies a focused and potentially efficient service delivery model.

Sector Analysis

This contract falls within the broader healthcare services sector, specifically focusing on specialized emergency medical transport. The market for such services is often niche, requiring highly trained personnel and specific certifications. While the overall federal spending in healthcare is vast, contracts for inflight medical support for law enforcement are a smaller, specialized segment. Benchmarking would involve comparing this to other contracts providing similar emergency medical evacuation or transport services, often utilized by various government agencies.

Small Business Impact

The provided data does not indicate any specific small business set-aside or subcontracting requirements for this contract. As a competed contract under SAP, it is possible that small businesses had the opportunity to bid. However, without further information on the bidding process and awardee's subcontracting plans, the direct impact on the small business ecosystem remains unclear.

Oversight & Accountability

Oversight for this contract would typically fall under the U.S. Marshals Service, with potential involvement from the Department of Justice's Office of the Inspector General if performance issues or financial irregularities arise. The purchase order structure implies specific terms and conditions that would be monitored by the contracting officer. Transparency is limited by the nature of SAP procurements, but contract award details are generally publicly available.

Related Government Programs

  • U.S. Marshals Service Operations Support
  • Federal Law Enforcement Medical Services
  • Emergency Medical Transportation Services
  • Ambulatory Health Care Services

Risk Flags

  • Mission Critical Service
  • Specialized Medical Support
  • Law Enforcement Operations

Tags

healthcare, medical-services, emergency-medical-services, inflight-paramedics, us-marshals-service, department-of-justice, competed, purchase-order, virginia, sap, mission-critical

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $64,708 to AMI FEDERAL SERVICES, INC. MISSION CRITICAL IN SUPPORT OF LAW ENFORCEMENT ACTIVITIES FY26 KC - INFLIGHT PARAMEDICS FY26 KC -TRAVEL - INFLIGHT PARAMEDICS

Who is the contractor on this award?

The obligated recipient is AMI FEDERAL SERVICES, INC.

Which agency awarded this contract?

Awarding agency: Department of Justice (U.S. Marshals Service).

What is the total obligated amount?

The obligated amount is $64,708.

What is the period of performance?

Start: 2026-04-16. End: 2027-04-15.

What specific qualifications and certifications do the inflight paramedics employed by AMI Federal Services, Inc. possess?

The provided data does not specify the exact qualifications or certifications of the inflight paramedics. However, for a mission-critical role supporting law enforcement activities, it is expected that these individuals would hold advanced medical certifications such as paramedic (NREMT-P), critical care paramedic (CCEMT-P), or flight paramedic (FP-C), along with extensive experience in emergency medical services and potentially specialized training in patient transport under challenging conditions. The U.S. Marshals Service would likely have stringent requirements outlined in the contract's statement of work to ensure the highest level of medical care and patient safety during transport.

How does the per-unit cost of these inflight paramedic services compare to market rates for similar specialized medical transport?

A direct per-unit cost comparison is challenging without a defined 'unit' (e.g., per hour, per transport, per patient). The contract is valued at $647,080 for a 364-day duration, suggesting a daily operational cost. Market rates for specialized inflight medical services can vary significantly based on factors like aircraft availability, medical equipment, crew expertise, and geographic location. Generally, these services are high-cost due to the specialized personnel and equipment involved. Benchmarking against civilian air ambulance services or other government contracts for similar support would be necessary for a precise comparison, but the contract value appears within a plausible range for such a critical and specialized service.

What are the primary risks associated with this contract, and what mitigation strategies are in place?

Key risks include potential medical emergencies during transport requiring advanced intervention beyond the scope of the contract, delays in service due to logistical challenges or personnel availability, and ensuring consistent quality of care. Mitigation strategies likely involve rigorous screening of paramedic qualifications, detailed operational plans for various scenarios, clear communication protocols between the paramedics and law enforcement personnel, and contingency planning for backup services. The contract's mission-critical nature suggests that the U.S. Marshals Service has assessed these risks and established requirements to minimize their impact on operations.

What is the historical spending pattern for inflight paramedic services by the U.S. Marshals Service?

The provided data does not include historical spending patterns for inflight paramedic services by the U.S. Marshals Service. To assess this, one would need to analyze past contract awards for similar services over several fiscal years. Understanding historical spending would help determine if the current $647,080 award represents an increase, decrease, or stable expenditure for this capability, and whether it aligns with evolving operational needs or market price fluctuations.

How does the performance of AMI Federal Services, Inc. on previous contracts inform the assessment of this award?

The provided data does not include information on the past performance of AMI Federal Services, Inc. A comprehensive assessment would require reviewing their contract history, including past performance evaluations, any past disputes or contract terminations, and their track record with government agencies. Positive past performance would increase confidence in their ability to deliver on this contract, while negative performance would raise concerns about potential risks and require closer scrutiny of their current capabilities and proposed service delivery.

Industry Classification

NAICS: Health Care and Social AssistanceOther Ambulatory Health Care ServicesAll Other Miscellaneous Ambulatory Health Care Services

Product/Service Code: MEDICAL SERVICESOTHER MEDICAL SERVICES

Competition & Pricing

Extent Competed: COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Solicitation ID: 15M30026QA3700013

Offers Received: 6

Pricing Type: LABOR HOURS (Z)

Evaluated Preference: NONE

Contractor Details

Address: 12020 SUNRISE VALLEY DR, RESTON, VA, 20191

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $163,953

Exercised Options: $64,708

Current Obligation: $64,708

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2026-04-16

Current End Date: 2027-04-15

Potential End Date: 2028-10-15 00:00:00

Last Modified: 2026-04-10

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending