TRICARE Medicare Eligible Program Second Generation (TMEP2) Draft RFP
ID: HT940226R0001Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYAURORA, CO, 80011, USA

NAICS

Pharmacy Benefit Management and Other Third Party Administration of Insurance and Pension Funds (524292)

PSC

MEDICAL- GENERAL HEALTH CARE (Q201)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency (DHA), is seeking industry feedback on the draft Request for Proposal (RFP) for the TRICARE Medicare Eligible Program Second Generation (TMEP2), which aims to provide claims processing and customer support services for beneficiaries eligible for both Medicare and TRICARE. The contractor will be responsible for ensuring accurate and timely claims processing, comprehensive customer service, and compliance with federal regulations, while managing a high volume of claims, which historically ranges from 58 million to 59 million annually. Interested parties are encouraged to submit comments and questions regarding the draft requirements by using the provided Excel response template, with electronic submissions due to the primary contact, Kristin Moore, at kristin.m.moore13.civ@health.mil, and secondary contact, Addison Sexton, at addison.t.sexton.civ@health.mil. The government plans to conduct an industry day for all interested parties, and further information will be posted on www.sam.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided document is a template designed for collecting and organizing questions or comments related to a government Request for Proposal (RFP), federal grant, or state/local RFP. It features columns for 'Section C or H Subsection/Citation,' 'Subject,' 'Question/Comment,' and 'Additional Info/Rationale,' indicating its use as a structured feedback mechanism. This template allows organizations to systematically submit inquiries, seek clarifications, and provide additional context regarding specific sections or topics within a solicitation document. Its primary purpose is to streamline communication between an organization and the issuing government entity, ensuring all queries are formally documented and addressed, which is crucial for fair and transparent procurement and grant application processes.
    The TRICARE Medicare Eligible Program (TMEP) Contract seeks a contractor to provide claims processing and customer support services for beneficiaries eligible for both Medicare and TRICARE in specified U.S. territories. Key objectives include accurate and timely claims processing, comprehensive customer service, effective management functions, and seamless transition activities. The contractor must comply with various federal regulations and TRICARE manuals, utilizing systems like DEERS for eligibility and claims. Responsibilities include coordinating benefits, managing an automated claims system, ensuring provider authorization, and issuing Explanations of Benefits (EOBs). Customer service requires a 24/7 call center with an IVR unit and a robust education plan. The contractor must also provide government access to claims data, implement a Quality Management/Improvement program, and adhere to cybersecurity and privacy requirements. Transition activities involve collaboration with the government, beneficiary outreach, and agreements with the Centers for Medicare and Medicaid Services (CMS) BCRC. The contract also allows for participation in future demonstrations.
    This government file outlines special contract requirements for a TRICARE program, focusing on Integrated Process Teams (IPTs), financial liability, Freedom of Information Act (FOIA) compliance, and performance incentives/guarantees. It details the Contractor's role in IPTs for major contract changes, financial responsibility for services outside the contract scope due to erroneous authorizations, and the requirement to provide a FOIA-releasable contract. The document establishes monetary positive incentives for meeting beneficiary satisfaction rates (90% or higher), with quarterly funding tied to option periods and satisfaction tiers. It also defines ten performance guarantees with associated financial reductions for failure to meet standards, including telephone service metrics (blockage rates, hold times), claims processing timeliness and accuracy, and correspondence accuracy. Detailed methodologies for DHA quarterly claims processing accuracy compliance reviews, including sampling, documentation, and error determinations (payment, occurrence, process, documentation errors), are provided. The file concludes with performance metrics monitoring and organizational conflicts of interest (OCI) guidelines.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Health Care Delivery Solutions (HCDS) Electronic Health Record Follow-on (MHS GENESIS)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking industry input for the Health Care Delivery Solutions (HCDS) Electronic Health Record (EHR) Follow-on (MHS GENESIS) procurement. This initiative aims to modernize the DoD's healthcare management system by enhancing interoperability, optimizing patient care, and leveraging commercial technology advancements while ensuring efficient integration with the Department of Veterans Affairs (VA). The procurement process is critical for maintaining a robust electronic health record system that serves approximately 9.6 million beneficiaries and 194,000 users. Interested parties are encouraged to submit their responses to the Request for Information (RFI) by November 17, 2025, and can direct inquiries to Sonya Edom at sonya.m.edom.civ@health.mil or Gabriela Hurte at gabriela.y.hurte.civ@health.mil. The anticipated timeline includes a draft RFP in Q1 FY26 and contract awards by Q4 FY26.
    Customer Care Prototyping - Commercial Solution Opening (Notice of Availability)
    Buyer not available
    The Defense Health Agency (DHA) is seeking innovative solutions through its "Customer Care Prototyping 2025-2026" initiative, aimed at enhancing customer care within the Military Health System (MHS). This opportunity invites prototype projects under the authority of 10 U.S.C. § 4022, focusing on developing a foundational platform that prioritizes agile development, self-service support, and data-driven insights to improve mission effectiveness and customer sentiment while reducing costs. Interested vendors should monitor SAM for updates regarding submission instructions and evaluation criteria, with the first "Season Notice" expected in Q1 FY26. For inquiries, contact Gabriela Hurte at gabriela.y.hurte.civ@health.mil or Sonya Edom at sonya.m.edom.civ@health.mil.
    DLA MedSurg Prime Vendor Gen VI
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for the Medical Surgical Prime Vendor (Med/Surg PV) Program, which aims to provide a comprehensive range of medical and surgical supplies across three Global Regions: North, South, and West. This procurement involves the establishment of Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for both Primary and Backup Prime Vendors, with a focus on delivering commercially available off-the-shelf medical supplies to various military and federal healthcare facilities. The selected vendors will play a crucial role in ensuring the readiness and availability of essential medical products, supporting the operational needs of the Army, Air Force, Navy, Marine Corps, and other federal agencies. Interested offerors must submit their proposals electronically via the DLA Internet Bid Board System (DIBBS) by December 10, 2025, at 3:00 PM Local Philadelphia Time, and are encouraged to attend a virtual pre-proposal conference scheduled for October 22, 2025. For further inquiries, contact Beatrice Lopez-Pollard at beatrice.lopez-pollard@dla.mil or Joshua Tankel at Joshua.Tankel@dla.mil.
    Technology Support Branch (TSB) Engineering Support Services Bridge Extension
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking engineering support services for the Technology Support Branch (TSB) under a contract titled "TSB Engineering Support Services Bridge Extension." This contract aims to provide program management, engineering, and operations support for the migration and sustainment of the J6 Solution Delivery Division (SDD) legacy systems while the replacement Technology Lifecycle Support (TLS) contract is finalized. The services are critical for ensuring the continuity and effectiveness of the DHA's technological operations during this transitional period. Interested parties can contact Leslie Nelson at leslie.s.nelson7.civ@health.mil or 703-681-4267, or Erwin Rivera at erwin.rivera.civ@health.mil or 703-681-4300 for further information.
    Directed Medical Services for the Department of Labor, Office of Workers' Compensation Programs (OWCP), Division of Federal Employees Compensation (DFEC) program
    Buyer not available
    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.
    Dimethyl Fumarate DR Presolicitation
    Buyer not available
    The Defense Logistics Agency (DLA) is planning to issue a solicitation for a national requirements contract for Dimethyl Fumarate DR capsules, specifically 120MG capsules in 14 count bottles and 240MG capsules in 60 count bottles. This procurement aims to establish a reliable national supply source for these pharmaceutical products, which are essential for Department of Defense (DoD) customers through the DLA prime vendor program. The contract will be a firm-fixed price, requirements type contract with a one-year base period and four one-year options, emphasizing compliance with federal regulations and efficient distribution of pharmaceuticals for military healthcare. Interested parties should contact Kevin Rafferty at kevin.rafferty@dla.mil or 215-737-0907 for further inquiries, and the projected solicitation date is February 2021, with an amendment extending the offer submission deadline to October 14, 2021, at 3:00 PM EST.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Buyer not available
    The Department of Defense (DoD) is soliciting quotes for pharmaceutical agents as part of its Uniform Formulary Blanket Purchase Agreement (UF BPA) and Uniform Formulary Additional Discount Program (UF ADP) through the Defense Health Agency (DHA). This procurement aims to establish an effective pharmacy benefits program for the Military Health System (MHS), focusing on the clinical and cost-effectiveness of drugs to determine their classification within the formulary. The P&T Committee will review newly approved drugs, including agents for pulmonary, gynecological, endocrine, atopy, skeletal muscle relaxants, and pain management, with quotes due by December 9, 2025, ahead of the committee meeting scheduled for February 4-5, 2026. Interested manufacturers should contact Stephanie Erpelding or Tracy Banks for further details and ensure compliance with submission requirements outlined in the RFQ HT9402-26-Q-9102.
    Workforce 3.0 - Managed Solution, Defense Healthcare Management Systems (WF3)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a noncompetitive task order under the Workforce 3.0 contract to the Boston Consulting Group, Federal, as part of the follow-on to the successful completion of the Design-to-Outcome Task Order. This procurement aims to provide managed solutions in support of defense healthcare management systems, emphasizing the importance of professional support services in enhancing healthcare delivery for military personnel. Interested parties can reach out to primary contact Sonya Edom at sonya.m.edom.civ@health.mil or secondary contact JR Oliver at j.r.oliver.civ@health.mil for further details regarding this opportunity.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/ Uniform Formulary Additional Discount Program
    Buyer not available
    The Department of Defense (DoD) is seeking quotations for pharmaceutical agents as part of the Pharmacy Uniform Formulary Blanket Purchase Agreement (UF BPA) and the Uniform Formulary Additional Discount Program (UF ADP) to support the Military Health System (MHS). This procurement aims to establish an effective pharmacy benefits program by evaluating the clinical and cost-effectiveness of various pharmaceutical agents, including oncological and antihemophilic agents, for inclusion in the DoD Uniform Formulary. Interested manufacturers must submit their quotes by January 16, 2026, with a pre-quotation teleconference scheduled for November 20, 2025. For further inquiries, contact Tracy Banks at tracy.e.banks2.civ@health.mil or Stephanie Erpelding at stephanie.j.erpelding.civ@health.mil.
    Metformin HCL
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEFENSE LOGISTICS AGENCY is planning to issue a national requirements contract for Metformin HCL ER. The contract will establish a national supply source to provide Metformin HCL ER Tablets in various quantities and bottle sizes. This will be an unrestricted and fully competitive acquisition. The contract will be a firm-fixed price, requirements type contract with a one year base and four one year options. The items will be purchased by Department of Defense, Department of Veterans Affairs, Indian Health Service, and Bureau of Prisons customers through the DLA and VA prime vendor programs. The solicitation will be posted on DLA Bid Board System (DIBBS) and Sam.gov. Interested parties should contact Christopher Newman for any questions/comments. The projected solicitation date is August 2021.