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
FEMA Pre-Solicitation: Hermit’s Peak/Calf Canyon Claims Review Technical Support
Buyer not available
The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is preparing to solicit proposals for technical support services related to the Hermit’s Peak/Calf Canyon Claims Review. The primary objective of this procurement is to provide professional and technical assistance to the Hermit’s Peak/Calf Canyon Claims Office, ensuring efficient and claimant-centric processing of claims resulting from the significant damages caused by the Hermit’s Peak and Calf Canyon fires in New Mexico. Key tasks include assisting with claim intake, documentation collection, and evaluating claims for compensatory damages, with an emphasis on maintaining compliance with regulatory guidelines and delivering timely responses to claimants. The anticipated solicitation release is expected around mid-April 2025, and interested contractors can direct inquiries to Rachel Woods at Rachel.Woods@fema.dhs.gov or Sharon Edwards at Sharon.Edwards3@fema.dhs.gov. This contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) with a performance period of five years, including a base year and four option years.
Planning and Exercise Technical Assistance
Buyer not available
The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide advanced technical assistance through the Planning and Exercise Division Technical Assistance Contract (PEDTAC). The primary objective of this procurement is to fill critical skills gaps within FEMA by acquiring specialized expertise in complex disaster planning, exercise execution, and strategic advisory services, thereby enhancing the agency's operational capabilities and preparedness for national disaster response. This initiative is vital for ensuring effective coordination among federal, state, local, tribal, and territorial agencies, as well as for developing and refining emergency response plans and training programs. Interested vendors must submit their responses by April 14, 2025, to Karley Hoyt at karley.hoyt@fema.dhs.gov, with a focus on demonstrating their corporate capabilities and relevant experience in emergency management.
Catastrophe Model Licenses
Buyer not available
The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking to procure commercial catastrophe modeling licenses for storm surge and inland flooding as part of its National Flood Insurance Program (NFIP). The objective is to enhance FEMA's risk analysis and insurance capabilities, enabling quicker recovery from disasters while minimizing financial impacts. This procurement will involve multiple-award blanket purchase agreements (BPAs) for software licenses, which must include geographic coverage for all U.S. states, stochastic event simulations, and ongoing technical support. Interested vendors are invited to submit capability statements by April 25, 2025, detailing their modeling capabilities and compliance with federal standards. For further inquiries, contact Bryan Falcone at bryan.falcone@fema.dhs.gov or Alexander Ramirez at alexander.ramireztorres@fema.dhs.gov.
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, specifically 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 virtual session scheduled between April 21 and May 2, 2025, and the contract award anticipated around August 29, 2025. For further inquiries, contact Joshua Houston at jhouston@cdc.gov.
Medical Accession Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Medical Accession Services for the U.S. Military Entrance Processing Command (USMEPCOM). This procurement involves personal services at 65 Military Entrance Processing Stations (MEPS) across the continental United States, Alaska, Hawaii, and Puerto Rico, where contractors will review medical histories, perform evaluations, and assess medical test results to ensure applicants meet military medical standards. The contract will be awarded as an Indefinite Delivery/Indefinite Quantity (IDIQ) with a five-year ordering period from December 18, 2025, to December 17, 2030, and is set aside 100% for 8(a) small businesses. Interested parties should monitor the Procurement Integrated Enterprise Environmental (PIEE) website for the solicitation, which is expected to be posted on or about May 25, 2025, and must be registered in the System for Award Management (SAM) to participate. For further inquiries, contact Carlos Ramirez at carlos.a.ramirez18.civ@health.mil or David Robledo at david.robledo17.civ@health.mil.
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.
HMA Training Support Services
Buyer not available
The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified contractors to provide training support services for its Hazard Mitigation Assistance (HMA) programs. The procurement aims to secure reliable and effective training development and delivery services, including the creation and maintenance of training courses, logistical support, and project management for various mitigation programs. This opportunity is critical for enhancing the capabilities of FEMA's training initiatives, which play a vital role in disaster preparedness and resilience. Interested 8(a) certified small businesses must submit proposals by May 7, 2025, with inquiries directed to Amanda Lynn Long at amanda.long@fema.dhs.gov or Glen Seipp at glen.seipp@fema.dhs.gov.
NFIP Reinsurance Broker Support
Buyer not available
The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking contractor support services for the National Flood Insurance Program (NFIP) Reinsurance Broker Support. The procurement aims to identify sources capable of providing reinsurance brokerage services across three key work areas: Strategic Advisory and Support, Placement Execution and Administration, and Modeling and Risk Analytics, as FEMA continues to enhance the NFIP. This initiative is crucial for managing flood risks and ensuring effective recovery for communities affected by flooding. Interested organizations are encouraged to submit their responses to the Request for Information (RFI) by 3:00 PM EST on April 23, 2025, to Glen Seipp and Amanda Lynn Long via the provided email addresses. The anticipated period of performance is set to begin in the second quarter of FY2026.
Remote Health Readiness Program 4 (RHRP-4)
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Remote Health Readiness Program 4 (RHRP-4), aimed at providing comprehensive medical and dental readiness services to military personnel, including both active and reserve components enrolled in TRICARE Prime Remote. The contract, valued at a maximum of $1.61 billion, will span ten years and includes a transition-in period followed by a base period and nine optional years of performance, emphasizing the importance of maintaining a medically ready force. Key services required under this contract include health assessments, treatment modalities, and logistical support for scheduling and implementing services, ensuring compliance with military health standards. Interested contractors should direct inquiries to Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil, with proposals due by April 26, 2025.