Request for Proposal-FEMA Medical Services
ID: 70FA5025R00000003Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYNATIONAL CONTINUITY SECTION(CON50)BERRYVILLE, VA, 22611, USA

NAICS

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

PSC

MEDICAL- GENERAL HEALTH CARE (Q201)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Nov 14, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 11, 2024, 12:00 AM UTC
  3. 3
    Due Dec 19, 2024, 7:00 PM UTC
Description

The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for medical services to operate two on-site health units in Bluemont, Virginia. The contract will span a base period of 12 months starting around March 1, 2025, with the option for four additional 12-month periods, and is designated as a firm-fixed-price/time and materials hybrid specifically for small businesses under NAICS code 621111. This procurement is critical for ensuring medical service readiness at the Mount Weather Emergency Operations Center, emphasizing the need for licensed medical professionals and compliance with stringent security protocols, including a requirement for Top Secret Facility clearance for personnel. Interested parties must submit proposals by November 25, 2024, and direct any inquiries to Kevin Hennigan at FEMA-NCCS-ACQ@fema.dhs.gov.

Point(s) of Contact
Files
Title
Posted
The document outlines a contract awarded by the Federal Emergency Management Agency (FEMA) for providing medical services at the Mount Weather Emergency Operations Center, effective around March 1, 2025, for a base period of 12 months, with four optional 12-month extensions. It stipulates that the contract is a firm-fixed-price/time and materials hybrid, designated exclusively for small businesses under NAICS code 621111. Proposal submissions must adhere to specified deadlines, including proposal information due by November 25, 2024. Additionally, it specifies that government funding is contingent upon availability, with detailed clauses on contract administration, contractor responsibilities, safety protocols, and insurance requirements that must be established before work begins. The document emphasizes contractor compliance with government security and training protocols at the facility, particularly regarding handling controlled unclassified information and ensuring employee access is secured through background checks. Overall, this contract reflects FEMA's commitment to maintaining adequate medical service readiness while outlining specific requirements necessary for contractor participation, focusing on safety, accountability, and regulatory compliance in a government context.
Dec 12, 2024, 3:18 PM UTC
The FEMA Form FF-900-FY-21-100 is a Facility Access Request designed for individuals seeking entry into FEMA-controlled facilities, including the Mount Weather Emergency Operations Center (MWEOC). This form collects essential personal information for security purposes, adhering to the Privacy Act and related regulations. It outlines the process for completing the form, including sections for applicants, sponsors, and security officers, necessitating specific approvers for access, particularly for classified areas. The primary purpose of the form is to document and manage facility access to safeguard federal properties and ensure the safety of personnel. The collection of information is mandatory for access, and non-compliance may result in denied entry. The form provides instructions for applicants—whether FEMA employees, contractors, or visitors—detailing the steps for obtaining necessary approvals. All submitted applications are treated as Releases of Information. This streamlined process underscores FEMA's commitment to maintaining secure operations while facilitating legitimate access.
The document is an amendment to the solicitation for FEMA's Medical Services contract (RFP #70FA5025R00000003). Its primary purpose is to clarify questions raised by potential offerors and to provide details from a pre-proposal site visit held on December 3, 2024. Key points include inquiries about the incumbent contractor (Executive Consulting Solutions, Inc.), staffing levels, project requirements, and security clearance procedures. The government has stipulated that personnel with Top Secret Facility clearance must be in place from the start of the contract on March 1, 2025. The amendment also addresses processing methods for proposals, allowing electronic submissions but requiring compliance with specific guidelines. Clarifications regarding evaluation criteria specify that past performance will be assessed based on the last five years, despite initial requirements suggesting a longer time frame. The document outlines the anticipated staffing levels, highlighting the need for licensed medical professionals across multiple units. Overall, this amendment aims to streamline the proposal process, ensuring all bidders have access to vital project information and understand the requirements for successful submission.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Sources Sought
Similar Opportunities
Request for Proposal - Materiel Fielding and Medical Liaison Support Services
Buyer not available
The Department of Defense, specifically the Army's Program Executive Office Soldier, is soliciting proposals for Materiel Fielding and Medical Liaison Support Services. This procurement aims to enhance the medical readiness of the Army by providing essential support in the procurement, management, and distribution of medical equipment and supplies. The services are critical for ensuring operational support and healthcare for military personnel, with performance expected to take place primarily at Fort Detrick, MD, and other military installations. Interested small businesses must submit their proposals by April 16, 2025, with a total contract value estimated at $20 million, and can direct inquiries to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.
Request for Proposal - Materiel Fielding and Medical Liaison Support Services
Buyer not available
The Department of Defense, specifically the U.S. Army's ACC-APG Natick Division, is soliciting proposals for Materiel Fielding and Medical Liaison Support Services under Request for Proposal W911QY-25-R-A001. The objective of this procurement is to enhance medical material readiness for the Army through effective logistics support, program management, and medical liaison services, primarily at Fort Detrick and other military locations. This initiative is crucial for maintaining operational readiness and ensuring efficient medical logistics within the military framework. Interested small businesses must submit their proposals, including past performance information, by the specified solicitation due date, with a total contract value estimated at $20 million. For further inquiries, potential offerors can contact Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.
World Trade Center Health Program Third-Party Administrator (TPA)
Buyer not available
The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is seeking proposals for a Third-Party Administrator (TPA) to manage the World Trade Center (WTC) Health Program. The TPA will be responsible for processing enrollment applications, managing provider networks, administering medical benefits, and handling claims for individuals affected by the September 11 attacks. This program is crucial for providing healthcare services to approximately 132,000 members, ensuring they receive necessary medical monitoring and treatment for WTC-related conditions. Interested offerors must submit their proposals by April 11, 2025, with a pre-proposal conference scheduled for January 22, 2025. For further inquiries, contact Joshua Houston at jhouston@cdc.gov.
Medical Services - Anaconda Job Corps Center; Anac
Buyer not available
The USDA Forest Service is seeking proposals for medical services at the Anaconda Job Corps Center in Anaconda, Montana. The contract will require the provision of basic health services, including examinations, treatment, prescriptions, and health monitoring by licensed medical professionals over a five-year period, commencing on May 12, 2025. This initiative is crucial for ensuring the health and well-being of youth participating in the Job Corps program, which aims to provide educational and vocational training. Interested parties should contact Louis D. Lieb at louis.lieb@usda.gov or call 303-275-5393 for further details, and proposals must adhere to federal acquisition regulations with a focus on technical capability and past performance.
National Flood Insurance Program (NFIP) Standard Operations
Buyer not available
The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking contractor support for the National Flood Insurance Program (NFIP) Standard Operations. The contractor will be responsible for coordinating with various stakeholders, including Write Your Own (WYO) insurance companies, to facilitate the delivery of the NFIP, which currently insures approximately 4.7 million flood policies. This initiative is crucial for enhancing disaster preparedness and resilience in flood management, ensuring effective administration under the Robert T. Stafford Disaster Relief and Emergency Assistance Act. Interested organizations must submit their qualifications by April 3, 2025, with the anticipated performance period running from December 2026 to December 2033. For further inquiries, contact Bryan Falcone at bryan.falcone@fema.dhs.gov or call 202-316-0527.
Q999--Executive Order
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide Professional and Allied Healthcare Staffing Services under solicitation number RFP-797-FSS-00-0115-R4. This procurement aims to secure temporary staffing solutions for various healthcare roles, including physicians, nurses, and therapists, to support government health facilities effectively. The services are critical for maintaining healthcare delivery within the Veterans Affairs system, ensuring that veterans receive timely and quality care. Interested contractors must submit their proposals by the specified deadlines, with the next submission due on March 19, 2030, at 12:00 PM Central Time. For inquiries, potential bidders can contact Contract Specialist Brian O'Connell at Brian.O'connell@va.gov or by phone at (708) 786-5816.
National Fallen Firefighter Memorial
Buyer not available
The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), intends to negotiate a sole source contract with the National Fallen Firefighters Foundation (NFFF) for the management of the National Fallen Firefighters Memorial Weekend. The contract aims to procure services that include organizing memorial events, consulting with fire service groups and families, and providing support for survivors of fallen firefighters, ensuring the event is conducted with the honor and dignity it deserves. This annual event, which recognizes the sacrifices of firefighters, is crucial for community support and healing, and the NFFF is uniquely qualified to manage it due to its established relationships and expertise in this area. Interested parties may submit capability statements to the primary contacts, Jane Huwig-Leister and James Suerdieck, by December 13, 2024, at 5:00 p.m. Eastern.
Emergency Detention and Related Services Strategic Sourcing Vehicle
Buyer not available
The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking proposals for an Emergency Detention and Related Services Strategic Sourcing Vehicle to enhance detention capabilities nationwide in response to a national emergency at the Southern Border. This procurement aims to establish additional detention beds and related services, including the construction and operation of facilities, medical care, and transportation, ensuring compliance with federal standards and the safety of detainees. The initiative is critical for managing increased immigration enforcement and maintaining public safety, with a contract ceiling of $45 billion and a performance period from April 14, 2025, to April 13, 2027. Interested contractors should contact Sarah West at sarah.a.west@ice.dhs.gov for further details and guidance on the proposal submission process.
World Trade Center Health Program Third-Party Administrator (TPA)
Buyer not available
The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking a qualified third-party administrator (TPA) for the World Trade Center (WTC) Health Program. The TPA will be responsible for managing enrollment applications, maintaining member information, overseeing a call center, and processing medical claims related to WTC-related health conditions for individuals affected by the September 11th attacks. This program is crucial for providing medical monitoring and treatment to eligible participants, ensuring they receive the necessary care and support. Interested parties should note that the solicitation is anticipated to be released on January 16, 2025, with proposals due by April 11, 2025. For further inquiries, contact Joshua Houston at jhouston@cdc.gov.
Unmanned Aerial Systems Services
Buyer not available
The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking information from potential sources for Unmanned Aerial Systems (UAS) services to enhance its disaster response capabilities. The objective is to procure UAS that can provide high-resolution imagery, transport a minimum payload of 200 pounds, and operate effectively in confined spaces for rescue missions, with services required across the Continental U.S., including Alaska and territories. This initiative is crucial for improving FEMA's operational efficiency during emergencies, as it aims to leverage advanced UAS technology to address challenges in disaster management. Interested parties should submit a Statement of Capability and respond to specific questions outlined in the attached documents by the specified deadline, with inquiries directed to Kimberly Coakley at Kimberly.coakley@fema.dhs.gov or Meaza Zeleke at meaza.zeleke@fema.dhs.gov.