SOLICITATION NOTICE
Q -- Medical Support Services for CBP (including medical exams, fitness for duty, drug testing, and related services)
- Notice Date
- 3/31/2026 8:28:15 PM
- Notice Type
- Solicitation
- NAICS
- 621399
— Offices of All Other Miscellaneous Health Practitioners
- Contracting Office
- MISSION SUPPORT CONTRACTING DIVISION WASHINGTON DC 20229 USA
- ZIP Code
- 20229
- Solicitation Number
- 70B06C26R00000017
- Response Due
- 4/21/2026 2:00:00 PM
- Archive Date
- 07/31/2026
- Point of Contact
- Shaun G. Saad, Phone: 2024251732, Peter Giambone
- E-Mail Address
-
shaungalen.saad@cbp.dhs.gov, peter.a.giambone@cbp.dhs.gov
(shaungalen.saad@cbp.dhs.gov, peter.a.giambone@cbp.dhs.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- FINAL RFP posted 3/31/2026. 1. Requirement Overview U.S. Customs and Border Protection (CBP), Office of Human Resources Management, is seeking proposals for comprehensive Medical Support Services. This requirement supports both the National Programs Division (NPD) and the CBP Hiring Center (HC), and includes: Employee Services (NPD): Fitness for duty evaluations, return to work reviews, medical documentation reviews, medical and psychiatric consultations, and administration of the Drug-Free Workplace Program (DFWP), including drug testing and Medical Review Officer (MRO) services. Pre-Employment Services (CBP HC): Pre-employment medical examinations, fitness testing (PFT-1), drug test specimen collection, laboratory analysis, medical and mental health consultations, and MRO services for candidates. Scope: Services are required nationwide and at select international locations. The contractor must maintain a network of facilities capable of providing services within a 60-mile radius of employee or candidate locations (exceptions for overseas). Volume: The contract supports high-volume, time-sensitive processing, with historical annual volumes exceeding 40,000 pre-employment medical exams, 50,000 fitness tests, and 45,000 drug tests. 2. Key Contract Features Contract Type: Firm Fixed Unit Price, Indefinite Delivery/Indefinite Quantity (IDIQ). Period of Performance: 60 months (five 12-month ordering periods). Minimum/Maximum: Minimum order value is dollars obligated on first task order. Security: Contractor personnel must undergo background investigations and comply with DHS/CBP security, privacy, and IT requirements. Quality Assurance: Strict quality control and reporting requirements, with penalties for late or inaccurate deliverables. 3. Instructions to Offerors Proposal Submission Two-Phase Process: Phase I: Written technical/management approach, past performance and prior experience questionnaire. Phase II: Oral presentation, Small Business Utilization Plan, and cost/price proposal. Submission Format: Electronic files only; detailed instructions and naming conventions are provided in the solicitation. Multiple emails may be sent in order to submit complete volumes. Required Content: Proposals must address all requirements in the Statement of Work (SOW), demonstrate network coverage, and describe quality control and transition plans. Key Personnel: Resumes and letters of commitment for all key positions must be included. Exceptions/Deviations: Any exceptions to terms or requirements must be clearly stated and justified. Evaluation Criteria Factors: Technical & Management Approach, Prior Experience, Past Performance, Oral Presentation, Small Business Utilization, and Cost/Price. Relative Importance: see RFP section III Best Value: Award will be made on a best value trade-off basis. Additional Requirements Security and Privacy: Compliance with all DHS and CBP security, privacy, and IT requirements is mandatory. Transition: Offerors must provide a detailed transition-in plan with their proposal. Quality Control: Submission of a draft Quality Control Plan is required within 5 days of award. 4. Attachments The following attachments are included with this solicitation: Attachment 1: Statement of Work (SOW) � Medical Support Services (Final, March 2026) Attachment 2: Small Business Utilization Plan (Template) Attachment 3: Historical Duty Locations Attachment 4: Price Proposal Template Attachment 5: Past Performance Questionnaire Attachment 6: Prior Experience Questionnaire Attachment 7: Wage Determinations
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/812186afc1134a2e930fc9d45e854500/view)
- Place of Performance
- Address: Washington, DC 20229, USA
- Zip Code: 20229
- Country: USA
- Zip Code: 20229
- Record
- SN07763098-F 20260402/260331230042 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |