Directed Medical Services for the Department of Labor, Office of Workers' Compensation Programs (OWCP), Division of Federal Employees Compensation (DFEC) program
ID: 1605C3-25-R-00007_Amendment0001Type: Combined Synopsis/Solicitation
Overview

Buyer

LABOR, DEPARTMENT OFOFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION AND MANAGEMENTDOL - CAS DIVISION 3 PROCUREMENTWASHINGTON, DC, 20210, USA

NAICS

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

PSC

MEDICAL- EVALUATION/SCREENING (Q403)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Files
    Title
    Posted
    Amendment 0001 to Solicitation 1605C3-25-R-00007 from the US Department of Labor outlines changes to a contract for Directed Medical Services. The amendment posts a revised solicitation, pricing sheet, medical services data, and report template, and includes responses to Q&A. It also extends the proposal due date to December 19, 2025. The contract's objective is to provide a nationwide network of medical specialists for timely adjudication of workers’ compensation claims through second opinion examinations (SECOP), independent medical examinations (IME), and case file reviews. The period of performance includes a base year (March 28, 2026 – March 27, 2027) and four option periods, extending through March 27, 2031. The document details contractor responsibilities for quality control, security, and physician qualifications, emphasizing adherence to federal information security standards and the Privacy Act of 1974. Liquidated damages are specified for late submissions of various medical reports.
    This government file outlines the pricing structure and evaluation criteria for medical services under RFP 1605C3-25-R-00007 and RFP 1605C3-25-R-01007,
    The document provides a detailed breakdown of case numbers across various zip codes, indicating a total of 202,629 cases. The data lists numerous zip codes, including those with extended digits (e.g., 998330305, 997080303), each associated with a specific number of cases ranging from 1 to 224. The primary purpose of this file appears to be a statistical compilation of case distribution by geographical area, likely for resource allocation, demographic analysis, or operational planning within a government context. The extensive list suggests a comprehensive data collection effort, typical in federal grants, RFPs, or state/local government reporting, where granular data is crucial for informed decision-making and accountability.
    This document outlines a detailed tracking system for medical referrals, specifically for Independent Medical Examinations (IMEs) and other related services like SECOP, impairment ratings, and file reviews. It provides a comprehensive breakdown of information to be recorded for each referral, including claimant details, referral and approval dates, physician specialty and name, type of service, appointment logistics (city, zip, urban/rural, distance), and crucial dates related to appointments, report delivery, supplemental requests, and clarifications. The system also tracks rescheduling information and the number of days taken to deliver various types of conforming reports, supplemental reports, and clarification reports. This structured approach aims to monitor the efficiency and timeliness of medical evaluations and reporting processes within a government program.
    RFP 1605C3-25-R-00007 for Directed Medical Services for the Division of Federal Employees Compensation outlines questions and government responses regarding a nationwide program. Key areas of clarification include evaluation criteria, proposal submission guidelines, pricing structures, and logistical details. The government clarified its evaluation process, allowing for a second round of questions and extending the proposal due date. Specifics on page limits, key personnel evaluation, risk assessment, and past performance criteria were provided. Pricing schedules (J.1) were clarified, with J.1.A being removed, and details on travel reimbursement and medical liability insurance were addressed. The RFP also includes data on file sizes for various medical services and clarifies abbreviations like "CA" (Case) and the incumbent contractor (QTC Medical Services, Inc.). The document emphasizes the need for a separate response document and specifies that SECOP and IME pricing will be by state and specialty.
    Similar Opportunities
    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.
    ACH Comprehensive Medical April 2023
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Cumberland, is seeking proposals for a Comprehensive Medical Contract for April 2023. This procurement aims to secure medical services categorized under the PSC code Q999, which encompasses various medical needs for the facility. The services provided will be crucial for maintaining the health and well-being of the incarcerated population, ensuring compliance with federal health standards. Interested vendors can reach out to Jeffery Raley at jraley@bop.gov or by phone at 301-784-1000 for further details regarding the opportunity.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking qualified contractors for a Firm-Fixed-Price contract focused on Operation & Maintenance (O&M) with incidental repair and minor construction services in support of the Defense Health Agency (DHA) and Medical Research and Development Command (MRDC) facilities. The contract will encompass extensive O&M services, including preventive and corrective maintenance, emergency response, and minor construction, specifically for medical research facilities that operate 24/7 across multiple locations, including Forest Glenn, Aberdeen, and Fort Detrick, MD, and Dover AFB, DE. Interested contractors must demonstrate expertise in medical facility operations, adhere to relevant standards, and manage complex systems effectively, with responses due by December 8, 2025, for market research purposes. For further inquiries, potential contractors can contact Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the secondary contact at ct-cproposals-medcom@usace.army.mil.
    COMPREHENSIVE MEDICAL SERVICES - FCI OXFORD
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Comprehensive Medical Services at the Federal Correctional Institution in Oxford, Wisconsin. The procurement aims to secure a single award for a range of medical services, including inpatient and outpatient facility and physician services, under an indefinite delivery/requirements contract with firm-fixed unit pricing. This contract will consist of a Base Year and four 12-month option years, with estimated quantities of 94 inpatient days and 246 outpatient visits for the Base Year. Interested parties should monitor the official U.S. Government contract opportunities website for the solicitation, which will be available on or about November 14, 2025, and must ensure they are registered in the System for Award Management (SAM) database. For inquiries, contact LaShundra D. Thomas at ldthomas@bop.gov or call 202-598-6077.
    Office of Small Business Programs Support Services - Amend 6
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the Office of Small Business Programs Support Services under a Women-Owned Small Business (WOSB) set-aside. The contract aims to provide comprehensive operational and management support for the DHA's Office of Small Business Programs, including business execution, strategic communication, and mentor-protégé program support. This initiative is crucial for enhancing small business participation in defense acquisitions and ensuring compliance with relevant regulations. The contract, valued at up to $24,500,000, will have a base period from January 5, 2026, to January 4, 2027, with four additional one-year options, and proposals are due by December 19, 2025. Interested parties should direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil and Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    Collbran JCC Medical Services
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide medical services for the Collbran Job Corps Center in Colorado. The procurement requires licensed Physicians, Nurse Practitioners, or Physician Assistants to deliver on-site medical care, including initial physical examinations, treatment of acute and chronic conditions, prescription management, immunizations, and emergency care, all in compliance with relevant regulations and guidelines. This initiative is crucial for supporting at-risk youth aged 16-24 in their education and vocational training, ensuring their health and wellness as part of the Job Corps program. Interested contractors must register in the System for Award Management (SAM) and can expect the solicitation package to be available on or around December 18, 2025, with inquiries directed to Louis D. Lieb at louis.lieb@usda.gov.
    CI-Medical
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service's Criminal Investigation division, is soliciting proposals for a Firm-Fixed Price, Four-Year Indefinite Delivery Indefinite Quantity Contract for medical services. The contract aims to provide comprehensive medical evaluations and screenings for special agents, including applicant screenings, annual incumbent screenings, fitness-for-duty exams, immunizations, and breath alcohol testing, with a focus on adhering to IRS data safeguarding protocols. This procurement is critical for ensuring the health and fitness of law enforcement personnel, with the contract expected to run from October 1, 2025, to September 30, 2030. Interested contractors should contact Diana Vitenko at diana.vitenko2@irs.gov or 510-907-5083 for further details, as proposals will be evaluated based on a best-value trade-off approach emphasizing technical and management capabilities.
    Fiduciary Liability Insurance and Consulting Services
    Buyer not available
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency (OCC), is seeking proposals for Fiduciary Liability Insurance and Consulting Services through Request for Quotation No. 2031JW26Q00011. The OCC requires a qualified specialty lines insurance broker to provide fiduciary liability insurance with a minimum coverage of $10 million, along with errors and omissions coverage for its 401(k) plans, and to deliver expert consulting and training sessions to 401(k) Committee members. This procurement is crucial for ensuring compliance with fiduciary responsibilities and mitigating legal risks associated with the management of retirement plans. Interested parties should note that the solicitation is anticipated to be posted on SAM.gov by November 7, 2025, and can contact Karen A. Green at karen.green@occ.treas.gov for further information. The estimated contract value exceeds $150,000, with a base period from January 1, 2026, to December 31, 2026, and four additional one-year options.
    Medical Case Reviewer Services for the Vaccine Injury Compensation Program (VICP)/ Countermeasures Injury Compensation Program (CICP).
    Buyer not available
    The Department of Health and Human Services (HHS) is seeking qualified vendors to provide Medical Case Reviewer Services for the Vaccine Injury Compensation Program (VICP) and the Countermeasures Injury Compensation Program (CICP). The procurement aims to establish Blanket Purchase Agreements (BPAs) for medical expert services and case management support, which are essential for the litigation process involving petitions filed against the HHS Secretary. The total BPA ceiling is set at $7.5 million, with individual order limits ranging from $125 to $100,000, and services will be compensated at rates of $375/hour for medical experts and $175/hour for medical case reviewers. Interested parties must submit their proposals by August 25, 2025, and can direct inquiries to Imelda Rocha at irocha@hrsa.gov or Nancy Lee at NLee@hrsa.gov.
    DHS Medical Supplies BPA Modification
    Buyer not available
    The Department of Homeland Security (DHS), through the U.S. Customs and Border Protection (CBP), is modifying existing Blanket Purchase Agreements (BPAs) for medical supplies to address urgent operational needs. This modification extends the current BPAs, which support federal personnel in emergency medical services and personal protective equipment (PPE) requirements, through February 24, 2023, while the agency prepares for a competitive acquisition of new medical supplies. The BPAs are critical for fulfilling mission-essential requirements, particularly in response to operational and pandemic-related challenges. For further inquiries, interested parties can contact Dominique Brown at dominique.u.brown@cbp.dhs.gov or by phone at 317-715-6253, or reach out to Donna McMullen at donna.r.mcmullen@cbp.dhs.gov or 317-339-7189.