Request for Information-FEMA Medical Services
ID: 70FA5025R00000003Type: Sources Sought
Overview

Buyer

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

NAICS

Offices of PhysiciansT (62111)

PSC

MEDICAL- GENERAL HEALTH CARE (Q201)
Timeline
    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.
    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
    FASTC Emergency and Fire Services
    State, Department Of
    The Department of State is soliciting proposals for Emergency Medical Services (EMS) and Fire Suppression Services at the Foreign Affairs Security Training Center (FASTC) located in Fort Barfoot, Virginia. The contract requires a prime contractor to provide on-site Advanced Life Support (ALS) ambulances staffed with certified paramedics and EMTs, as well as fire suppression units equipped with trained firefighters capable of vehicle stabilization and extrication. These services are critical due to the hazardous nature of the training exercises conducted at FASTC, necessitating strict adherence to Virginia state certifications and safety standards. Proposals are due by November 7, 2025, and interested parties should direct inquiries to Kerryn Finik at FinikK@state.gov or Paige Goeke at GoekePA@state.gov.
    AMENDMENT 1 - Q&A Janitorial services for FEMA Region 2 at Naval Weapons Station Earle (NWSE)
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for janitorial services at the Naval Weapons Station Earle (NWSE) in Colts Neck, New Jersey. The contract, which is a total small business set-aside, requires comprehensive cleaning services to maintain a safe workspace environment for FEMA staff, covering approximately 22,500 square feet of office space. This procurement is crucial for ensuring operational readiness, particularly during Regional Response Coordination Center (RRCC) activations, which may require increased cleaning frequency. Interested vendors must submit their proposals by December 15, 2025, and can direct inquiries to Kendall Feaster at kendall.feaster@fema.dhs.gov, with a requirement for all quotes to remain valid for a minimum of 90 days.
    Appliances & Safety Equipment for the Transportable Temporary Housing Units
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking proposals from qualified small businesses for a contract to supply appliances and safety equipment for Transportable Temporary Housing Units (TTHUs). This procurement aims to provide essential household items, including microwaves, refrigerators, electric ranges, and various safety devices, to support disaster survivors in temporary housing situations. The contract will facilitate FEMA's mission to maintain a ready stock of these items, ensuring efficient disaster response and recovery efforts. Interested vendors must submit their proposals by December 29, 2025, with questions due by December 16, 2025; for further details, contact Ejona Lika at ejona.lika@fema.dhs.gov or Tamara Beach at tamara.beach@fema.dhs.gov.
    NFIP Actuarial Services
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is soliciting proposals for actuarial and geospatial support services for the National Flood Insurance Program (NFIP). The objective of this procurement is to acquire technical capabilities, analytics, and guidance related to ratemaking and insurance pricing, which are essential for maintaining a financially sound flood insurance structure. This full and open solicitation (RFP No. 70FA6025B00000004) includes a firm-fixed-price contract with a 12-month base period and four one-year options, with proposals due by January 7, 2026. Interested parties can direct inquiries to Alexander Ramirez at alexander.ramireztorres@fema.dhs.gov or Bryan Falcone at bryan.falcone@fema.dhs.gov, with key dates including a question submission deadline of December 3, 2025.
    DHS Medical Services Strategic Sourcing Vehicle (SSV) for Persons in Custody (PIC) and Related Services
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking information from industry stakeholders regarding the Medical Services Strategic Sourcing Vehicle (SSV) for Persons in Custody (PIC) and related services through Request for Information (RFI) 70RWMD26RFIP00002. The objective of this RFI is to gather insights on efficient, safe, and secure healthcare solutions, including medical staffing, logistics, equipment management, and quality oversight, to support DHS operations across various components such as ICE, CBP, and USCG. This initiative is crucial for ensuring standardized and effective medical care for individuals in custody and workforce members, addressing a dynamic healthcare landscape that requires adaptability and operational continuity. Interested parties must submit their responses using the provided template by December 23, 2025, at 5:00 PM ET, via email to the DHS Office of Procurement Operations at opoindustryliaison@hq.dhs.gov.
    RFP - Medical Evaluations and Services
    Justice, Department Of
    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.
    World Trade Center Health Program - National Program Administrator
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is seeking proposals for the role of National Program Administrator (NPA) for the World Trade Center Health Program (WTCHP). The NPA Contractor will be responsible for providing care coordination services to responders and survivors living outside the New York Metropolitan Area, including establishing a nationwide network of healthcare providers for monitoring and treatment benefits as mandated by the James Zadroga Health and Compensation Act. This acquisition is critical for ensuring comprehensive member support, appointment scheduling, medical benefit management, and case management services, with a contract period starting in March 2026 and extending through March 2031, including a base year and four option years. Interested offerors must submit questions by January 5, 2026, and proposals by January 30, 2026, with further inquiries directed to Megan Kelly at xvp9@cdc.gov or Liubov Kriel at vyh1@cdc.gov.
    FEMA/Federal Insurance Mitigation Administration (FIMA) Reinsurance Broker Services
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide Reinsurance Broker Services for the National Flood Insurance Program. The primary objective of this procurement is to secure broker support services that will assist in the management and execution of FEMA's reinsurance program, which is critical for mitigating flood-related risks and ensuring the financial stability of the insurance program. These services are vital for maintaining the effectiveness of the National Flood Insurance Program, which plays a crucial role in disaster recovery and risk management across the United States. Interested parties can reach out to Glen Seipp at glen.seipp@fema.dhs.gov or Karen Sebro at karen.sebro@associates.fema.dhs.gov for further information regarding this opportunity.
    BASIC LIFE SUPPORT (BLS) EMERGENCY MEDICAL SERVICES (EMS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Basic Life Support (BLS) Emergency Medical Services (EMS) at the Tobyhanna Army Depot in Pennsylvania. The contractor will be responsible for providing BLS ground ambulance services, including the presence of two Pennsylvania-certified EMT-Bs on-site during operational hours, and will also support emergency response initiatives and special events. This contract is crucial for ensuring timely medical assistance and compliance with federal and Army regulations, with performance metrics focused on response times. Interested parties are invited to a pre-solicitation meeting on December 16, 2025, from 10:00 a.m. to 11:00 a.m. EST, with further inquiries directed to Deborah Belak at deborah.belak.civ@army.mil or by phone at 570-615-7579.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking information from potential contractors for a Firm-Fixed-Price contract to provide operation and maintenance (O&M) services, along with repair and minor construction, in support of the Defense Health Agency (DHA) Medical Research and Development Command (MRDC) at multiple locations. The contract will require 24/7 support for various medical, dental, pharmacy, and laboratory facilities, necessitating extensive knowledge of medical facility operations and compliance with Joint Commission standards. Interested contractors should note that this is a Sources Sought Notice for market research purposes only, with no solicitation currently available; responses are due by December 8, 2025, and inquiries can be directed to Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.