FY26-28 A45 Psychological fit for duty exam
ID: 15M10226QA4700012Type: Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFUS MARSHALS SERVICEDEPT OF JUSTICE US MARSHAL SERVICEDAYTON, OH, 45402, USA

NAICS

Offices of Mental Health Practitioners (except Physicians) (621330)

PSC

MEDICAL- EVALUATION/SCREENING (Q403)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Marshals Service (USMS) is soliciting proposals for psychological and psychiatric fitness-for-duty evaluations for incumbent Deputy U.S. Marshals (DUSMs). These evaluations are critical for assessing DUSMs' mental and emotional capacity to perform duties safely and effectively, especially in high-stress law enforcement environments. The contractor will conduct structured clinical interviews and administer standardized psychological tests, including the MMPI-2-RF, 16PF, Shipley-2, MCMI-IV, and a Sentence Completion Test. Psychological Assessment Reports (PARs) will include a summary rating (Fit, Temporarily Unfit, or Unfit for Duty), a detailed narrative of findings, and administrative details. The contractor must ensure compliance with privacy, security, and records management policies, including safeguarding Personally Identifiable Information (PII) and reporting any data breaches. All work must adhere to professional mental health standards and federal regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    RFI - Executive, Administrative and Professional Support Services
    Buyer not available
    The U.S. Marshals Service (USMS) is seeking industry feedback through a Request for Information (RFI) for Executive, Administrative, and Professional Support Services, which will succeed the current Blanket Purchase Agreement held by Mayvin, Inc. This procurement aims to gather contractor assistance across over thirty labor categories, with an estimated value exceeding $200 million over five years, and will require personnel capable of working in a federal law enforcement environment at USMS Headquarters and various satellite offices nationwide. The services are critical for supporting USMS operations in areas such as human resources, finance, and program analysis, ensuring compliance with federal regulations and continuity of operations. Interested parties must submit their responses by December 12, 2025, and direct all communications to Christopher Jones at christopher.jones10@usdoj.gov or Julie Simpson at julie.simpson@usdoj.gov, with the subject line “Administrative Management RFI.”
    AFD National Canine Services for Seized and/or Forfeited Canines for CONUS and OCONUS
    Buyer not available
    The U.S. Marshals Service (USMS) is seeking proposals for the National Canine Services contract, which involves comprehensive support for seized and forfeited canines both within the continental United States (CONUS) and outside (OCONUS). The contract requires services such as onsite seizure support, transportation, daily care, veterinary treatment, kenneling, expert witness services, and disposal of canines, ensuring compliance with federal regulations and humane treatment standards. This procurement is critical for the management of animals in USMS custody, with a contract period starting from February 27, 2026, to February 26, 2027, and options extending through August 26, 2031. Interested parties must submit their proposals by December 22, 2025, and can direct inquiries to Christopher Ottie at Christopher.Ottie@usdoj.gov or Eliana York at eliana.york@usdoj.gov.
    FY26-30 A45 Transcription Services
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service, is soliciting proposals for transcription services as part of the FY26-30 A45 Transcription Services contract. This Request for Quote (RFQ) requires a contractor to transcribe both digital and physical audio/video files, including Spanish-to-English translation, with options for expedited delivery within 10 and 3 days. The contract emphasizes the secure handling of sensitive information and compliance with various DOJ security and privacy regulations, necessitating background investigations for personnel and strict data security protocols. Interested small businesses must submit their completed quotes to Renee Leaman via email by December 10, 2025, at 12:00 PM EST, with the contract overseen by the Contracting Officer Representative, Demetria Leslie.
    Inflight Paramedic Services - JPATS Oklahoma City, OK
    Buyer not available
    The Department of Justice, through the U.S. Marshals Service (USMS), is soliciting quotes for in-flight paramedic services under solicitation number 15M30026QA3700001, specifically for the Justice Prisoner Air Transportation System (JPATS) in Oklahoma City, OK. The contract, which is set aside for small businesses, requires the contractor to provide all necessary labor, equipment, supplies, and supervision for medical care during flights transporting non-medical, ambulatory prisoners, with a performance period of 12 months and an option for an additional year. Interested offerors must submit their quotations by December 15, 2025, and ensure they have an active registration in the System for Award Management (SAM) prior to submission; questions regarding the solicitation should be directed to Sheila Nimrod at sheila.nimrod@usdoj.gov by December 8, 2025.
    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.
    Court Security Officers Circuit 12 Justification and Approval
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service, is seeking to procure Court Security Officers (CSOs) for Circuit 12, as outlined in their Justification and Approval notice. The primary responsibility of the CSOs will be to ensure the safety of judicial participants, including judges, court personnel, jurors, witnesses, defendants, and court visitors, by protecting them from unauthorized and potentially life-threatening activities. This procurement is critical for maintaining the integrity and security of the judicial process. Interested parties can reach out to Courtney Middleton at Courtney.Middleton@usdoj.gov or by phone at 703-217-1848 for further details regarding this opportunity.
    Field, Background-Investigative Services (Multiple Award)
    Buyer not available
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking qualified contractors to provide Field and Background-Investigative Services through a multiple-award Request for Quotations (RFQ). The procurement aims to establish Basic Ordering Agreements (BOAs) for an estimated 2,400 hours/points per year per awardee, with services compensated at $50 per point over a five-year period. These services are critical for conducting personnel security background investigations, ensuring compliance with federal regulations, and safeguarding sensitive information. Interested offerors must submit their quotations by June 15, 2030, and can direct inquiries to Sheray Millhouse at Sheray.Millhouse@ATF.gov or by phone at 202-648-9071.
    Sole Source NOI - ITD-BWCPO VRS ELA 2.0
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service (USMS), intends to award a sole-source contract to Axon Enterprise Inc. for an Enterprise License Agreement (ELA) related to their Axon Evidence Digital Evidence Management System (DEMS). This procurement is essential for the USMS Office of the Information Technology Division (ITD), Body Worn Camera Program Office (BWCPO), which oversees an agency-wide Body Worn Camera program aimed at enhancing public trust through transparency and accountability. The decision to pursue a sole-source contract is justified under FAR Subpart 6.103-1(a)(b) due to Axon being the sole responsible source and Original Equipment Manufacturer (OEM) of the required products. Interested parties may submit documentation to demonstrate their capability to fulfill the requirement, but the USMS will not be responsible for any costs incurred by respondents. For further inquiries, contact Mikelle Everett at mikelle.everett@usdoj.gov or call 202-819-6034.
    RFP 693JF726R000002
    Buyer not available
    The Department of Transportation, through the Maritime Administration (MARAD), is soliciting proposals for RFP 693JF726R000002, aimed at providing career services and workforce development support for the U.S. Merchant Marine Academy (USMMA) and State Maritime Academies (SMAs). The contract, which is a 100% Total Small Business Set-Aside, encompasses a base year from April 1, 2026, to March 31, 2027, with four additional one-year options, focusing on individualized career counseling, job placement assistance, and workforce assessments to enhance the maritime workforce. This initiative is critical for maintaining a qualified maritime workforce and includes optional outreach to K-12 students to promote maritime education. Proposals are due by December 22, 2025, and interested parties should direct inquiries to Durba Ray at durba.ray@dot.gov, with all submissions and past performance questionnaires required to be emailed by the specified deadlines.
    Assessments and Assessment Support Capabilities
    Buyer not available
    The Office of Personnel Management (OPM) is seeking industry feedback through a Request for Information (RFI) regarding commercial off-the-shelf (COTS) employment selection assessments and assessment development services. The primary objective is to identify modern, scalable assessment solutions that can seamlessly integrate with the existing USA Hire assessment platform, ensuring compliance with federal hiring requirements and delivering cost savings. This initiative is particularly focused on enhancing technical competency assessments for various federal job series, emphasizing the need for job analysis-based content and assessments that measure technical skills in fields such as IT, finance, and engineering. Responses to this RFI are due by December 10, 2025, and interested vendors should direct their inquiries to Assessment RFI at SelectionAssessment@opm.gov, as this RFI serves solely for market research and does not constitute a solicitation for proposals.