Employment Physicals 2026-2031
ID: FA465426Q0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4654 434 CONF LGCGRISSOM ARB, IN, 46971-5000, USA

NAICS

Offices of Physicians (except Mental Health Specialists) (621111)

PSC

MEDICAL- EVALUATION/SCREENING (Q403)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for employment physicals at Grissom Air Reserve Base (GARB) in Indiana for the fiscal years 2026-2031. Contractors are required to provide comprehensive physical examinations for federal civilian employees, including pre-appointment, fitness-for-duty, and specialized testing for roles such as firefighters and police officers, adhering to the guidelines outlined in the Performance Work Statement. This contract is crucial for ensuring the health and readiness of personnel, with evaluations based on the Lowest Price Technically Acceptable criteria, and may result in a single or multiple award Blanket Purchase Agreement. Interested contractors must submit their proposals electronically by January 19, 2026, and direct any questions to the primary contact, Makinsey Fields, at makinsey.fields@us.af.mil.

    Point(s) of Contact
    Makinsey Fields, Contract Specialist
    (765) 688-2345
    makinsey.fields@us.af.mil
    Files
    Title
    Posted
    The Department of the Air Force (DAF) Guidance Memorandum, DAFI31-118_DAFGM2025-01, re-designates AFI 31-118 as a DAF Instruction (DAFI) and immediately amends it. This memorandum applies to the entire DAF, including the United States Space Force, Regular Air Force, Air Force Reserve, and Air National Guard. Key changes include incorporating civilian police access to mental health services post-incident, revised Physical Agility Test (PAT) standards, an updated Joint Lessons Learned Information System (JLLIS) address, and significant updates to Security Forces (SF) governance. The memorandum details changes to the Security Forces Enterprise Governance (SFEG) structure, purpose, responsibilities, and roles, introducing new bodies like the Security Forces Executive Board (SFEB) and Integrated Base Defense Security Systems (IBDSS) Tri-Chair. It also establishes new working groups such as the Integrated Base Defense Security Systems Working Group (IBDSSWG), Requirements Working Group (RWG), and SF Training Working Group (SFTWG). Furthermore, the document emphasizes SF Innovation, outlining Targeted and Channeled Innovations, and introduces 'Defender Spark' as the innovation hub. The PAT standards for push-ups and the 1.5-mile run have been adjusted, and alternate events for incumbents with medical duty-limiting conditions are specified. This guidance memorandum is temporary, becoming void after one year or upon publication of an interim change or rewrite of DAFI 31-118.
    The Department of the Air Force Guidance Memorandum (DAFGM) 2025-01 immediately updates DAFMAN 48-146, Occupational Health Program Management. This guidance incorporates new American Industrial Hygiene Association software tools for assessing potential exposure risks to Airmen during industrial operations, replacing obsolete tools. Compliance is mandatory for all Department of the Air Force (DAF) personnel, including civilian employees, uniformed members of the Regular Air Force, Space Force, Air Force Reserve, and Air National Guard. The memorandum details changes to chemical screening using the Chemical Hazard Evaluation Tool (CHET) or AIHA Exposure Modeling Toolbox and updates exposure assessment strategies, including the use of the lognormal 95th percentile for airborne exposure assessments. It also outlines procedures for establishing and managing Similar Exposure Groups (SEGs) and emphasizes maintaining accurate exposure records in the Defense Occupational and Environmental Health Readiness System (DOEHRS). This DAFGM becomes void after one year or upon publication of an updated DAFMAN 48-146.
    The DOD MANUAL 6055.05, effective July 27, 2022, outlines policies and procedures for occupational medical examinations within the Department of Defense. This manual applies to all DoD components, military personnel, and DoD civilian employees, aiming to provide a safe and healthy work environment. It details two main types of examinations: medical surveillance, which assesses health risks from job-specific exposures, and medical qualification, which determines an individual's fitness for employment. The manual specifies responsibilities for DoD Component Heads in establishing and maintaining occupational medicine programs. It covers general procedures for both examination types, including documentation, communication of results to examinees and supervisors, and handling refusals to participate. The document also addresses payment for examinations, with the DoD covering required costs. Detailed sections delve into specific medical surveillance procedures for various hazards (e.g., lead, noise, lasers, nanomaterials) and medical qualification requirements for specific roles (e.g., firefighters, police officers). The manual emphasizes the importance of consistent protocols, employee notification, and adherence to OSHA and DoD regulations, with DoD requirements often being more stringent. It also includes an appendix on occupational medical examination requirements for select occupations.
    This Performance Work Statement outlines the requirements for a contractor to provide comprehensive employment physicals for federal civilian employees at Grissom Air Reserve Base (GARB), Indiana, for fiscal years 2026-2031. Services include pre-appointment, fitness-for-duty, occupational, annual, post-exposure, termination, and overseas employment physicals, with specialized examinations for Firefighters and Police Officers. The contractor must be Board Certified in Occupational Health, operate within a specified geographic area, and provide all necessary facilities, equipment, and labor. All examinations must comply with federal regulations and specific forms, with results submitted to GARB within 48 hours. Billing requires SAM.gov registration and acceptance of Wide Area Workflow and Government Purchase Card payments. The document also provides estimated annual usage for various exams and a list of individual tests required.
    This solicitation, FA465426Q0001, seeks contractors for Employment Physicals at Grissom Air Reserve Base, intending to award a single or multiple firm-fixed-price Blanket Purchase Agreement. All information is electronic via SAM.gov, and offerors must meet all solicitation requirements, including cybersecurity mandates (NIST SP 800-171) documented in SPRS. Questions must be submitted in writing by January 5, 2025, to specified email addresses. Joint ventures and teaming/partnering offerors must provide agreements detailing responsibilities and contractual relationships, with joint venture agreements requiring SBA approval before award. Proposals, submitted via email, must be organized into four PDF volumes: Contract Documents, Price, Project Proposal, and Offeror Information. Volume II (Price) must exclude company identification. Proposals must be complete, respond directly to requirements, and remain valid for 90 days. The government is not responsible for proposal preparation costs and will retain one copy of unsuccessful proposals.
    This document outlines the evaluation factors and basis for award for government solicitations, emphasizing FAR 13.106-2. Proposals may be rejected for unreasonableness or if the offeror is unresponsive or irresponsible. Contractor responsibility, per FAR 9.1, requires adequate financial resources, ability to meet schedules, a satisfactory performance record, integrity, necessary equipment, and eligibility under applicable laws. Contractors must demonstrate access to resources and may need to provide evidence of subcontractor responsibility. Department of Defense contractors must comply with DFARS 252.204-7012, implementing NIST SP 800-171 cybersecurity requirements, with assessment results documented in SPRS. Evaluation factors include Technical Capability, demonstrating the ability to meet Statement of Work requirements, and Price, based on the first 11 CLINs.
    This document, Wage Determination No. 2015-4809, Revision No. 32, issued by the U.S. Department of Labor, outlines the minimum wage rates and fringe benefits for service contract employees in Cass, Fulton, Miami, and White Counties, Indiana. It details hourly rates for numerous occupations across various fields, including administrative support, automotive service, healthcare, information technology, and maintenance. The determination also specifies health and welfare benefits, vacation accrual (2-5 weeks based on service), and thirteen paid holidays. Additionally, it provides guidelines for hazardous pay differentials, uniform allowances, and the conformance process for unlisted job classifications under the Service Contract Act. Special conditions apply to computer employees and air traffic controllers regarding exemptions and night/Sunday pay.
    The document is a Standard Form 1449,
    The Air Force Fire & Emergency Services Technical Implementation Guide 1582-22 provides clarifications and deviations to NFPA 1582, Standard on Comprehensive Occupational Medical Program for Fire Departments, 2022 Edition. It designates the HAF/A4C as the Authority Having Jurisdiction (AHJ) for policy and AFCEC/CXF for equivalency and interpretations. The guide emphasizes mandatory PFAS blood testing for DoD firefighters, though results don't affect job duties. It outlines specific Air Force requirements for medical evaluations of fire department candidates and members, including annual physicals, health history, and various medical tests. The Installation Occupational and Environmental Medicine Consultant (IOEMC) plays a crucial role in medical determinations and approving alternate physicians. The document includes attachments detailing firefighter health history and a comprehensive physical examination schedule.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Local National Occupational Health Care Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide Local National Occupational Health Care Services (LNOHCS) at the 52 Medical Group, Spangdahlem Air Base, Germany. The contractor will be responsible for delivering non-personal services, including personnel, equipment, and materials necessary for occupational health care and safety advisory services, as outlined in the Performance Work Statement. This procurement is crucial for maintaining the health and safety standards of personnel stationed overseas, ensuring compliance with federal and military regulations. Interested parties should note that the solicitation was issued on December 22, 2025, with responses due by January 22, 2026, and can contact Hermann Laub at hermann.laub.de@us.af.mil or Angie Pequeno at angelica.pequeno.1@us.af.mil for further information.
    31 FSS Aerobics Fitness Instructor, Aviano AB, Italy
    Dept Of Defense
    The Department of Defense, through the 31st Fighter Wing of the Department of the Air Force, is seeking proposals for Aerobics Fitness Instructor services at Aviano Air Base, Italy. The procurement aims to secure certified instructors to conduct 15-19 fitness classes weekly, totaling between 780 and 988 classes annually, covering various disciplines such as Indoor Cycling, Zumba, and Yoga, with a contract period from March 1, 2026, to February 28, 2031. This opportunity is critical for maintaining the fitness and wellness of military personnel stationed overseas, ensuring high-quality instruction and adherence to performance standards. Interested contractors must submit their quotes by January 22, 2026, with questions due by January 15, 2026, and can contact Kupono Blake at kuponoduke.blake.1@us.af.mil or Gualtiero Casadio at gualtiero.casadio.it@us.af.mil for further information.
    Airman Readiness Medical Research (ARMR) Hybrid Broad Agency Announcement (BAA)
    Dept Of Defense
    The Department of Defense, through the Air Force Research Laboratory, is soliciting proposals under the Airman Readiness Medical Research (ARMR) Hybrid Broad Agency Announcement (BAA) FA8650-20-S-6008, aimed at enhancing Airman health and performance through medical research. The initiative focuses on optimizing warfighter readiness by addressing various physiological and environmental factors affecting Airman performance, with eight specific research objectives including aeromedical evacuation and cognitive performance. This program represents a significant investment of approximately $480 million over a 72-month period, with awards ranging from $50,000 to $49 million, encouraging participation from all business types, including small businesses. Interested parties should submit white papers and proposals adhering to strict guidelines, with ongoing submissions accepted until April 30, 2026; for further inquiries, contact Nathaniel Baldwin at nathaniel.baldwin.1@us.af.mil or Ryan Mahoney at Ryan.Mahoney.9@us.af.mil.
    RFP - Medical Evaluations and Services
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for a Request for Proposal (RFP) to establish a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for Medical Evaluations and Services. The primary objective of this procurement is to acquire professional occupational health services through a nationwide patient physician network, which will provide medical examinations and related services for prospective and current FBI employees, including fitness-for-duty exams, immunizations, and lab work. This contract is crucial for supporting the FBI's global mission and ensuring compliance with national medical standards and federal regulations, including HIPAA and OSHA. Interested vendors should direct inquiries to Robert Shifflet at rtshifflet@fbi.gov or Robert Bruce at rebruce@fbi.gov, with proposals due by the specified deadline, and the contract is expected to span a base year with four option years and a potential six-month extension.
    Construction, Demolition, and Renovation BLDG 453 and Installation of Paint Booth
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the construction, demolition, and renovation of Building 453, along with the installation of a paint booth at Grissom Air Reserve Base in Indiana. This project is set aside for 8(a) competitors and involves significant renovations that require compliance with security standards outlined in NIST SP 800-171A. The bid opening has been rescheduled to December 5, 2025, at 9:00 AM, with a minimum acceptance period of 299 days following the offer due date, and the estimated period of performance spans from January 5, 2025, to February 4, 2028. Interested contractors should direct inquiries to Cedric Roberts at cedric.roberts@us.af.mil or call 765-688-2818, noting that funding is not currently available and the solicitation may be canceled if funds do not become available.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Ambulance Services Robins AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide 24-hour emergency ambulance services at Robins Air Force Base (RAFB) in Warner Robins, Georgia. The contract requires the contractor to supply two fully equipped ambulances and personnel for emergency paramedic response, patient transport, in-flight emergency response, and participation in military exercises, adhering to established medical standards and regulations. This service is crucial for ensuring the health and safety of personnel on base, with a contract modification awarded to United Medevac Solutions Inc. valued at $665,585. Interested parties should submit capability statements to the primary contact, Adriana Lytle, at adriana.lytle@us.af.mil, by the specified deadline, as this notice is not a request for competitive proposals.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    WET/DRY SUPPRESSION SERVICES
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Wet/Dry Suppression Services at Peterson Space Force Base in Colorado. The contractor will be responsible for inspecting, testing, and maintaining wet and dry chemical fire suppression systems, ensuring compliance with federal, state, and local regulations, as well as various safety standards outlined in the Performance Work Statement (PWS). This contract is crucial for maintaining fire safety and compliance at the base, with a Firm Fixed Price (FFP) structure that includes a base year and four option years, potentially extending to August 2031. Interested small businesses must submit their quotes by January 12, 2026, following a site visit on January 6, 2025, and can direct inquiries to Stephen Carr at stephen.carr.12@spaceforce.mil or 719-556-4999.
    Industry Day - 711th HPW Mission Support Services Follow On
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified 8(a) small businesses to provide mission support services for the 711th Human Performance Wing (HPW) at Wright-Patterson Air Force Base in Ohio. The procurement aims to secure a range of services, including medical, IT, and advisory support, through multiple Indefinite Delivery Indefinite Quantity contracts, with an estimated ceiling of $505 million. This initiative is crucial for enhancing the operational capabilities of the 711 HPW, which encompasses various specialized units within the Air Force. Interested parties should note that the Request for Proposal (RFP) is expected to be released in the spring of 2026, and all updates will be posted on SAM.gov. For further inquiries, contact Jessica Briggs at jessica.briggs@us.af.mil.