FIRE DEPARTMENT PHYSICALS
ID: FA660625Q0030Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA6606 439 CONF PKWESTOVER AFB, MA, 01022-1508, USA

NAICS

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

PSC

MEDICAL- EVALUATION/SCREENING (Q403)

Set Aside

Local Area Set-Aside (FAR 26.2) (LAS)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for providing pre-employment and annual physical examinations for civilian firefighters at Westover Air Reserve Base in Chicopee, Massachusetts. The contractor will be responsible for conducting comprehensive medical evaluations, including medical history assessments, physical examinations, laboratory tests, and screenings for various health conditions, all in compliance with NFPA Standard 1582 and other relevant regulations. This procurement is crucial for ensuring the health and fitness of firefighters, thereby enhancing operational readiness and safety. Interested vendors must submit their quotes by November 21, 2025, at 12:00 PM EDT, and can direct inquiries to Rosalie M. Connelly or Robert Stacy via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    This Request for Proposal (RFP) F5N3FP5101A001 from the 439th Contracting office seeks bids for medical services, specifically Firefighter/EM/Bio Physicals, PFAS LAB Services, and follow-up exams as required. The RFP outlines specific quantities for the physicals and lab services, with follow-up exams being a non-biddable item dependent on the situation. Proposals will be evaluated based on the lowest price and technical acceptability, with both factors holding equal weight. Technical acceptability requires vendors to provide proof of licensed physicians for occupational physicals; submissions without this will be deemed non-responsive. Price evaluation will consider the total cost of items 0001 and 0002. Additionally, bidders must provide company details, point of contact, telephone number, email address, SAM UEI Number, and CAGE code.
    This government file, FA660625Q0030, outlines various clauses incorporated by reference and in full text, primarily focusing on acquisition regulations for commercial products and services within the Department of Defense (DoD). Key areas covered include requirements related to compensation of former DoD officials, whistleblower rights, safeguarding covered defense information, prohibitions on acquiring specific telecommunications equipment and services, and compliance with NIST SP 800-171. It also details preferences for domestic commodities, restrictions on business operations with the Maduro Regime and from the Xinjiang Uyghur Autonomous Region, and electronic submission of payment requests via Wide Area WorkFlow (WAWF). The document specifies procedures for offers, including cost or pricing data requirements for single offers and instructions for Canadian Commercial Corporation offers. Furthermore, it incorporates numerous FAR clauses pertaining to ethical conduct, small business utilization, labor standards, environmental protection,
    This Request for Information (RFI) dated October 29, 2025, addresses several questions and concerns regarding a Performance Work Statement (PWS) for medical examinations, likely for fire department personnel. Key issues include the geographical radius for providers, with specific concerns about mobile clinics meeting regulations like NFPA 1582. If mobile units are considered, detailed questions arise concerning licensed physicians, blood and urine testing procedures, behavioral health screenings, re-examinations, and handling of pre-employment physicals. The RFI also clarifies that a rapid 3-4 day examination schedule for all personnel is not feasible due to staffing complexities. Additionally, the department will not refer out firefighters for LDCT scans, will not consider questionnaires in lieu of Pap Smears, and will not accept alternate pricing formats. The overall purpose is to clarify requirements and address potential provider challenges in meeting the PWS's stipulations for medical services.
    This Performance Work Statement outlines the requirements for a contractor to provide pre-employment and annual health examinations for up to 68 civilian firefighters, emergency management, and bio-engineering personnel at Westover Air Reserve Base, MA. The contractor must be located within a 25-mile radius of the base and furnish all necessary personnel, equipment, materials, and facilities. Examinations must comply with NFPA 1582, OPM standards, DOD/AF regulations, and Westover ARB Aeromedical Council determinations. The scope includes medical history, physical examinations (e.g., vital signs, HEENT, cardiovascular, pulmonary), various lab services (blood, urine), spirometry, ECGs, and screenings for various cancers (colon, prostate, lung, cervical, bladder, oral, thyroid, skin), sleep disturbances, and behavioral health issues. The contractor's physician must understand the physiological and psychological demands on firefighters and determine fitness for duty. Abnormal results and disqualifying conditions must be reported immediately to the Fire Chief. The contractor is responsible for all liability and must use the Wide Area Workflow (WAWF) for invoicing. Performance thresholds are set for scheduled appointments, examination completion, and adherence to requirements, with a 72-hour remedy period for non-compliance.
    This document, Wage Determination No. 2015-4095, outlines the minimum wage rates and fringe benefits for service contract employees in specific counties of Massachusetts. It details the applicability of Executive Orders 14026 and 13658, setting minimum hourly wages for contracts based on their award or renewal dates, and specifies that these rates are adjusted annually. The document also lists various occupations with their corresponding hourly wages, along with information on health and welfare benefits, paid sick leave under EO 13706, vacation, and holiday entitlements. It provides guidelines for computer employees, night and Sunday pay for air traffic controllers and weather observers, hazardous duty differentials, uniform allowances, and the conformance process for unlisted job classifications.
    Lifecycle
    Title
    Type
    FIRE DEPARTMENT PHYSICALS
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including demolition, hazardous material handling, and various upgrades to architectural, mechanical, and electrical systems. The project is critical for maintaining operational capabilities at the base and ensuring compliance with safety and environmental standards. Interested contractors should note that the due date for bids has been extended to December 15, 2025, and must contact Charity Mansfield at charity.a.mansfield@usace.army.mil or 502-315-6925 for further details.
    FY26-28 A45 Psychological fit for duty exam
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is soliciting proposals for psychological fit-for-duty evaluations for incumbent Deputy U.S. Marshals (DUSMs) for the fiscal years 2026 to 2028. The contractor will be responsible for conducting structured clinical interviews and administering standardized psychological tests, including the MMPI-2-RF and MCMI-IV, to assess the mental and emotional capacity of DUSMs to perform their duties safely in high-stress environments. These evaluations are crucial for ensuring the well-being of law enforcement personnel and maintaining operational effectiveness. Interested parties must submit their completed quotes to Renee Leaman at renee.leaman@usdoj.gov by December 11, 2025, at 11:00 AM EST, as this opportunity is set aside for small businesses under the SBA guidelines.
    Air Station Detroit Fire Suppression System Inspection
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide inspection and testing services for the fire alarms and suppression systems at Air Station Detroit, located at Selfridge ANGB in Michigan. This procurement involves a request for quotation (RFQ) under solicitation number 70Z03026QCLEV0006, which requires compliance with the attached Statement of Work (SOW) and is aimed at ensuring the operational readiness and safety of critical fire control equipment. The solicitation will be conducted through an online competitive reverse auction facilitated by Unison Marketplace, where interested sellers must submit their bids electronically. For further inquiries, vendors can contact Marketplace Support at marketplacesupport@unisonglobal.com or call 877-933-3243, with all bids due by the specified deadline.
    Fire Suppression Systems Maintenance Services for Joint Base San Antonio Fort Sam Houston
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Fire Suppression Systems Maintenance Services at Joint Base San Antonio Fort Sam Houston. The contractor will be responsible for the inspection, testing, maintenance, and repair of fire suppression systems across multiple facilities, ensuring compliance with manufacturer specifications and NFPA standards. This contract is critical for maintaining safety and operational readiness, with an estimated total value of $12.5 million over a five-year period, from January 2026 to December 2030. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Chad Olson at chad.olson.4@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    FASTC Emergency and Fire Services
    Buyer not available
    The Department of State is soliciting proposals for Emergency Medical Services (EMS) and Fire Suppression Services at the Foreign Affairs Security Training Center (FASTC) located in Fort Barfoot, Virginia. The contract requires a prime contractor to provide on-site Advanced Life Support (ALS) ambulances staffed with certified paramedics and EMTs, as well as fire suppression units equipped with trained firefighters capable of vehicle stabilization and extrication. These services are critical due to the hazardous nature of the training exercises conducted at FASTC, necessitating strict adherence to Virginia state certifications and safety standards. Proposals are due by November 7, 2025, and interested parties should direct inquiries to Kerryn Finik at FinikK@state.gov or Paige Goeke at GoekePA@state.gov.
    FIRE TRUCK MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    Fall Protection Certification Services
    Buyer not available
    The Department of Defense, through the Air Force Test Center, is seeking proposals for Fall Protection Certification Services at Edwards Air Force Base, California. The contract requires comprehensive services including inspection, certification, and training for fall protection systems, with a focus on ensuring compliance with safety standards and regulations. This procurement is particularly significant as it supports the safety protocols necessary for operations at the base, emphasizing the importance of maintaining high safety standards in potentially hazardous environments. The estimated total award amount is $11,500,000, with a performance period from January 1, 2026, to December 31, 2030. Interested parties, particularly Women-Owned Small Businesses, must submit their proposals by December 15, 2025, and can direct inquiries to Suzanna Kussman at suzanna.kussman@us.af.mil or Alexia Del Real at alexia.delreal@us.af.mil.
    42--BREATHING APPARATUS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of breathing apparatus, specifically NSN 4240017224795, with a requirement for 93 units to be delivered to FB4654 434 LRS LGRS within 20 days after order (ADO). This equipment is critical for fire, rescue, and safety operations, underscoring its importance in ensuring the safety and operational readiness of military personnel. The solicitation is a total small business set-aside, and all responsible sources are encouraged to submit electronic quotes, as hard copies will not be available. Interested parties should direct any inquiries to the buyer via email at DibbsBSM@dla.mil, and the solicitation can be accessed through the DLA's DIBBS website.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    J065--Medical Gas Inspections
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for medical gas inspections at the James J. Peters VA Medical Center in Bronx, NY. The contract focuses on annual inspections and corrective maintenance of medical gas and vacuum systems, including oxygen, medical air, nitrous oxide, vacuum, and nitrogen systems, across multiple buildings with approximately 1550 outlets. Compliance with NFPA 99, NFPA 55, ASSE 6000 series, and CGA standards is required, emphasizing the critical nature of these services in maintaining patient safety and operational efficiency. Interested service-disabled veteran-owned small businesses must submit their quotes by 4:30 PM EST on December 9, 2025, to Christopher Weider at Christopher.Weider@va.gov, with the contract covering a base period from January 13, 2026, to January 12, 2027, and four option years.