Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2026 SAM #8850
SOLICITATION NOTICE

Q -- Medical Support Services for CBP (including medical exams, fitness for duty, drug testing, and related services)

Notice Date
2/16/2026 7:12:12 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
4/10/2026 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
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 $500,000; maximum to be set at award. 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 and past performance 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. Page Limits: Volume I (Technical/Management) is limited to 25 pages (excluding required attachments). 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, Past Performance, Oral Presentation, Small Business Utilization, and Cost/Price. Relative Importance: Technical is most important, followed by Past Performance, Oral Presentation, Small Business Utilization, and then Cost/Price. 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, Jan 23, 2026) Attachment 2: Small Business Utilization Plan (Template) � To be provided by amendment Attachment 3: Historical Duty Locations Attachment 4: Price Proposal Template- To be provided by amendment Attachment 5: Past Performance Questionnaire - To be provided by amendment Attachment 6: Security Documents - To be provided by amendment Attachment 7: Wage Determinations � To be provided by amendment Additional forms, including the SF 1449, templates, and other attachments will be provided as needed. End of SF 1449 Page 2 Notes
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8b539f382a824783953d37ee83f6fad6/view)
 
Place of Performance
Address: Washington, DC 20229, USA
Zip Code: 20229
Country: USA
 
Record
SN07716275-F 20260218/260216230033 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.