RFP - Medical Evaluations and Services
ID: 15F06725R0000538Type: Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL BUREAU OF INVESTIGATIONDIVISION 1100WASHINGTON, DC, 20535, USA

NAICS

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

PSC

MEDICAL- EVALUATION/SCREENING (Q403)
Timeline
    Description

    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Medical Evaluations and Services. This contract aims to provide professional occupational health services through a nationwide patient physician network, ensuring medical examinations and related services for current and prospective FBI employees in support of the agency's global mission. The contract will span a base year of 12 months, with four additional option years and a potential six-month extension, emphasizing compliance with federal regulations and security standards. Interested contractors should direct inquiries to Robert Shifflet at rtshifflet@fbi.gov or Robert Bruce at rbruce@fbi.gov, with proposals due by January 14, 2026.

    Point(s) of Contact
    Robert Shifflet
    rtshifflet@fbi.gov
    Robert Bruce
    rbruce@fbi.gov
    Files
    Title
    Posted
    The Federal Bureau of Investigation (FBI) seeks a nationwide occupational health services contractor for medical evaluations and services for its prospective and current employees. This Indefinite Delivery Indefinite Quantity (IDIQ) contract, procured as a firm fixed-price award for a base period plus four option years, requires a patient physician network (PPN) with clinics across the U.S. Key objectives include administrative tasks like managing exam volumes and credentialing, adherence to national policies and regulations (e.g., OSHA, JCAHO), and establishing a robust PPN with specific distance requirements for provider locations. The contractor will perform various medical services, including fitness-for-duty, OSHA, FAA, and CDL exams, manage medical records, provide monthly reports, and support the FBI’s transition to electronic processes. Strict penalties for non-compliance with scheduling, reporting, and billing are outlined. The contractor must also maintain physical and information security in accordance with federal standards.
    The provided nine-page document, titled "Solicitation Questions," serves as a structured template for collecting and organizing inquiries related to a government solicitation, likely an RFP, federal grant, or state/local RFP. Each page is identically formatted with columns for "Page Reference (RFP, Attachment, etc.)," "Question," and "Responses." This repetitive structure across all nine pages indicates its purpose as a comprehensive log for all questions submitted by potential bidders or applicants, along with the corresponding official answers. The document is designed to ensure transparency and provide a centralized record of all clarifications sought and provided during the solicitation process, facilitating a fair and informed bidding environment.
    The Past Performance Information Sheet (PPIS) is a standardized form for federal, state, and local RFPs, grants, and contracts, requiring detailed information on a company's past contract performance. Companies must provide two references, including company details, contract specifics (title, number, value, type, period of performance), and a description of the effort. The form also asks whether the company acted as a prime or subcontractor and, if the latter, details of the prime contractor. Key sections include major accomplishments, issues encountered and remedial actions, and two points of contact knowledgeable about the contract. This document ensures comprehensive evaluation of a vendor's capability and reliability.
    This government file outlines a comprehensive range of medical examination and testing services, detailing estimated volumes for various exam types over a base year and four option years, plus a six-month extension. The services include pre-employment, fitness-for-duty, Department of State/Embassy personnel, hazardous materials response, Department of Transportation, Federal Aviation Administration, respiratory protection, and diver examinations. Specific tests such as audiograms, travel medicine reviews, immunizations, chest X-rays, complete blood counts, metabolic panels, urinalysis, blood lead, and cholinesterase levels are also listed with corresponding volume estimates. The document further breaks down the components of each exam type, listing individual tests and procedures. While volume estimates are provided, the cost columns for all years and extensions are uniformly marked as zero, indicating that this section primarily focuses on service types and anticipated utilization rather than financial figures.
    This document is a Request for Proposal (RFP) issued by the Federal Bureau of Investigation (FBI) for Medical Evaluations and Services, with solicitation number 15F06725R0000538. The RFP outlines a firm-fixed-price contract with a base period from April 1, 2026, to March 31, 2027, and five unexercised option periods extending through September 30, 2031. The document details contract clauses, special requirements, and evaluation factors, with a significant emphasis on security, personnel, and compliance regulations. Key clauses cover areas such as classified contracts, contractor access to FBI facilities, financial disclosure, security requirements for personnel, consent to warrantless search, and prohibitions on specific software like TikTok and Kaspersky Lab products. It also includes comprehensive provisions regarding legal holidays, government dismissals, furloughs, and the use of non-government advisors. The solicitation was issued on December 11, 2025, with offers due by January 14, 2026.
    This government file outlines comprehensive security requirements for contractors handling FBI information and systems, emphasizing confidentiality, integrity, and availability. Contractors must adhere to FIPS 199, OMB M-06-16, and FIPS 140-2 validated solutions for protecting sensitive data. Key requirements include immediate reporting of security threats, prohibition of storing government identification like Social Security Numbers, and strict protocols for information disclosure. The document details rules for encryption, incident reporting (within one hour of discovery), and handling Personally Identifiable Information (PII) and Protected Health Information (PHI). Personnel involved must undergo FBI security checks (LARs), and physical and information security measures must comply with NIST SP 800-171, NIST SP 800-64, and other DOJ policies. The FBI conducts assessments to ensure compliance, with a detailed scoring template for security requirements. Cloud computing services must be FedRAMP authorized or approved, and contractors must provide access for audits and incident response. Supply chain risk management is mandatory, and non-compliance can lead to suspension or contract termination. The document underscores the critical importance of robust security practices to safeguard government information.
    This document outlines recommendations for administering color vision tests, likely for job applicants, to ensure fair and accurate results. Key recommendations include advising applicants to avoid activities that could temporarily impair color vision before the test (e.g., alcohol, bright environments). The test should be digitally administered to eliminate human bias, with careful attention to room lighting and screen glare. Test administrators must check for and prohibit magenta, red, or pink colored contact lenses or glasses, as well as ensure computer monitors meet modern color standards, are less than five years old, and have no digital or physical filters activated. Applicants who initially fail should be allowed to retest immediately, as initial failure could be due to nervousness or misunderstanding. High-precision tests will prevent individuals with Color Vision Deficiency from passing repeated attempts. Finally, practicing with free trial software should not be considered cheating.
    The Federal Bureau of Investigation (FBI) has issued Request for Proposal (RFP) Number 15F06725R0000538 for Medical Evaluations and Services. This solicitation seeks a Firm Fixed Price Single Award Indefinite Delivery Indefinite Quantity (IDIQ) Contract for professional occupational health services through a nationwide patient physician network. The contract will span a 12-month base year and four 12-month option years, with a potential six-month extension. Key requirements include providing medical examinations and related services for FBI employees, ensuring color vision testing adheres to specific computerized tests and FAA scoring, and maintaining a SharePoint site for clinic and provider tracking. Contractors must establish a secure portal for exam ordering and results, complying with FBI IT security standards. The RFP details proposal submission instructions, including past performance, security, technical capabilities (locations and medical services), management, and pricing. Special contract requirements address maintaining performance during emergencies, a contractor code of business ethics, and organizational conflict of interest (OCI) provisions.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    FBI Police Uniforms
    Justice, Department Of
    The Department of Justice, Federal Bureau of Investigation (FBI), is soliciting proposals for the procurement of police uniforms under Request for Proposal (RFP) 15F06725R0000235. This opportunity is a total small business set-aside for a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, which includes one base year and four option years, with a maximum value of $2,500,000 and a guaranteed minimum of $500,000. The uniforms are essential for maintaining a professional appearance and operational effectiveness among FBI personnel, requiring contractors to provide both brand-name and "brand name or equal" items, as well as local tailoring services within a 50-mile radius of FBI headquarters in Washington, D.C. Interested vendors must submit their proposals, including samples, by January 9, 2026, at 5:00 PM ET, and can direct inquiries to Ricardo Tiggle at rtiggle@fbi.gov.
    CI-Medical
    Treasury, Department Of The
    The Department of the Treasury, specifically the Internal Revenue Service's Criminal Investigation division, is soliciting proposals for a Firm-Fixed Price, Four-Year Indefinite Delivery Indefinite Quantity Contract for medical services. The contract aims to provide comprehensive medical evaluations and screenings for special agents, including applicant screenings, annual incumbent screenings, fitness-for-duty exams, immunizations, and breath alcohol testing, with a focus on adhering to IRS data safeguarding protocols. This procurement is critical for ensuring the health and fitness of law enforcement personnel, with the contract expected to run from October 1, 2025, to September 30, 2030. Interested contractors should contact Diana Vitenko at diana.vitenko2@irs.gov or 510-907-5083 for further details, as proposals will be evaluated based on a best-value trade-off approach emphasizing technical and management capabilities.
    COMPREHENSIVE MEDICAL SERVICES - FCI OXFORD
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Comprehensive Medical Services at the Federal Correctional Institution in Oxford, Wisconsin. The procurement aims to secure a single award for a range of medical services, including inpatient and outpatient facility and physician services, under an indefinite delivery/requirements contract with firm-fixed unit pricing. This contract will consist of a Base Year and four 12-month option years, with estimated quantities of 94 inpatient days and 246 outpatient visits for the Base Year. Interested parties should monitor the official U.S. Government contract opportunities website for the solicitation, which will be available on or about November 14, 2025, and must ensure they are registered in the System for Award Management (SAM) database. For inquiries, contact LaShundra D. Thomas at ldthomas@bop.gov or call 202-598-6077.
    Comprehensive Medical
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Cumberland, is seeking proposals for a comprehensive medical contract. This procurement aims to secure medical services that are essential for the health and well-being of the inmate population. The contract is critical for ensuring that adequate medical care is provided within the federal prison system, reflecting the government's commitment to inmate health standards. Interested vendors can reach out to Jeffery Raley at jraley@bop.gov or by phone at 301-784-1000 for further details regarding the opportunity.
    Comprehensive Medical
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Cumberland, is seeking proposals for a comprehensive medical contract. This procurement aims to secure medical services that are essential for the health and well-being of the incarcerated population. The contract is critical for ensuring that adequate medical care is provided within the federal prison system, thereby supporting the overall mission of the Bureau of Prisons. Interested vendors can reach out to Jeffery Raley at jraley@bop.gov or Brian Logsdon at blogsdon@bop.gov for further details, with the place of performance located in Cumberland, MD, ZIP code 21502.
    FY26-28 A45 Psychological fit for duty exam
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service, is soliciting proposals for psychological fit-for-duty evaluations for 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 to assess the mental and emotional fitness of DUSMs, which is crucial for their performance in high-stress law enforcement roles. This procurement emphasizes the importance of adhering to professional mental health standards and federal regulations, particularly regarding the safeguarding of Personally Identifiable Information (PII). Interested parties must submit their completed quotes to Renee Leaman via email by December 11, 2025, with the procurement due date extended to December 18, 2025, at 11:00 AM EST.
    Directed Medical Services for the Department of Labor, Office of Workers' Compensation Programs (OWCP), Division of Federal Employees Compensation (DFEC) program
    Labor, Department Of
    The Department of Labor (DOL) is seeking contractors to provide Directed Medical Services for the Office of Workers' Compensation Programs (OWCP), specifically for the Division of Federal Employees Compensation (DFEC) program. The objective of this procurement is to establish a nationwide network of medical specialists to facilitate timely adjudication of workers’ compensation claims through services such as second opinion examinations (SECOP), independent medical examinations (IME), and case file reviews. These services are crucial for accurately diagnosing work-related medical conditions and determining disability and permanent impairment levels for claimants across the United States and its territories. Interested parties should note that the proposal due date has been extended to December 19, 2025, with a contract period starting from March 28, 2026, and extending through March 27, 2031. For further inquiries, potential bidders can contact Kristen Hines at Hines.Kristen.A@Dol.Gov or Emily Bear at bear.emily.e@dol.gov.
    Facilities Technology Management (FTM)
    Justice, Department Of
    The Federal Bureau of Investigation (FBI) is seeking industry feedback through a Request for Information (RFI) related to its Facilities Technology Management (FTM) initiative. The primary objectives include providing operations and maintenance support for the TRIRIGA system until its end of life in September 2027, as well as conducting a comprehensive systems assessment to optimize the FBI's facilities technology portfolio. This assessment will involve evaluating existing systems and market-available options, focusing on requirements alignment, cost analysis, and risk assessment. Interested vendors are encouraged to submit capabilities statements by December 23, 2025, and may have the opportunity to participate in a Reverse Industry Day based on their submissions. For further inquiries, contact Tammy Clark at tjclark2@fbi.gov or 304-476-3678, or Marie Agrinzoni at meagrinzoni@fbi.gov.
    ACH Comprehensive Medical April 2023
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Cumberland, is seeking proposals for a Comprehensive Medical Contract for April 2023. This procurement aims to secure medical services categorized under the PSC code Q999, which encompasses various medical needs for the facility. The services provided will be crucial for maintaining the health and well-being of the incarcerated population, ensuring compliance with federal health standards. Interested vendors can reach out to Jeffery Raley at jraley@bop.gov or by phone at 301-784-1000 for further details regarding the opportunity.
    CJIS Campus Cafeteria Food Service
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for the operation and management of cafeteria services at its Criminal Justice Information Services (CJIS) campus in Clarksburg, West Virginia. The objective of this procurement is to establish food service facilities at no cost to the government, catering to approximately 3,700 personnel with a focus on nutritious menu offerings and compliance with various health and safety standards. The contract will cover a 12-month base period with four optional one-year extensions, and interested contractors must submit a detailed proposal, including a transition plan and staffing strategy, by the specified deadline. For further inquiries, potential bidders can contact Logan Swiger at lswiger2@fbi.gov or Jamie Melzer at jlmelzer@fbi.gov.