Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 IDIQ
ID: 75FCMC25RJ018Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFCENTERS FOR MEDICARE AND MEDICAID SERVICESOFC OF ACQUISITION AND GRANTS MGMTBALTIMORE, MD, 21244, USA

NAICS

Research and Development in the Social Sciences and Humanities (541720)

PSC

HEALTH R&D SERVICES; HEALTH CARE - OTHER; APPLIED RESEARCH (AN42)
Timeline
    Description

    The Department of Health and Human Services, specifically the Centers for Medicare and Medicaid Services (CMS), is seeking proposals for the Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract aims to provide analytic support and technical assistance for healthcare delivery models established under the Affordable Care Act (ACA), focusing on reducing costs while maintaining or improving the quality of care for Medicare, Medicaid, and CHIP beneficiaries. The contract has a minimum order threshold of $1,500 and a maximum ceiling of $3.5 billion over its duration, which is expected to run from August 1, 2025, to July 31, 2030. Interested parties should submit their proposals by the specified deadlines and can direct inquiries to Melanie Suris-Rodriguez at RMADA3@cms.hhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Centers for Medicare & Medicaid Services (CMS) has issued a status update regarding the Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 Indefinite Delivery Indefinite Quantity (IDIQ) procurement. As of April 25, 2025, the review of all offerors' questions and corresponding edits to the Request for Proposal (RFP) is still underway. Consequently, offerors are requested to refrain from submitting proposals until further notice. CMS intends to provide the next status update by May 2, 2025, and encourages all interested parties to regularly check SAM.gov for further updates or amendments related to this solicitation. The communication emphasizes CMS's appreciation for offerors' patience and understanding during this review process. For any inquiries, the designated Contract Specialist, Melanie Suris-Rodriguez, can be contacted directly.
    The Centers for Medicare & Medicaid Services (CMS) issued a status update concerning the Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 Indefinite Delivery Indefinite Quantity (IDIQ) procurement. The anticipated comprehensive solicitation amendment, initially expected on May 16, 2026, has not been posted. Offerors are instructed to withhold their proposal submissions until further notice, while the Government plans to issue the amendment by May 23, 2025, and will extend the proposal deadline accordingly. Offerors are encouraged to check SAM.gov for further updates regarding this solicitation. The communication reflects the CMS's emphasis on maintaining clear lines of communication with offerors during the procurement process. For inquiries, contact the designated Contract Specialist, Melanie Suris-Rodriguez, via the provided email.
    The Centers for Medicare & Medicaid Services (CMS) has announced a delay in the release of an amendment related to the Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 Indefinite Delivery Indefinite Quantity (IDIQ) solicitation, originally scheduled for May 23, 2025. The amendment's release is now expected by the end of the following week due to additional internal review processes aimed at ensuring the accuracy and compliance of the materials. Consequently, the proposal deadline will be extended to accommodate this delay. The CMS acknowledges the potential impact this may have on offerors' planning and apologizes for the inconvenience. Stakeholders are advised to monitor SAM.gov for future updates regarding the solicitation. For inquiries, offerors can contact the Contract Specialist via email. This communication reflects the CMS's commitment to maintaining comprehensive and complete documentation within government procurement processes.
    The document outlines a Request for Proposal (RFP) for the Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at supporting the Centers for Medicare & Medicaid Services (CMS). The contract focuses on providing analytic support and technical assistance for healthcare models under the Affordable Care Act to enhance care quality and manage costs for Medicare, Medicaid, and CHIP beneficiaries. Key components include the design, implementation, and evaluation of healthcare delivery models, with a maximum contract ceiling of $3.5 billion over its lifespan. The contractor will engage in tasks such as data analysis, program monitoring, stakeholder engagement, and developing quality measures. Collaboration with CMS's IT and data aggregation contractors is specified to ensure compliance with data governance policies. The document emphasizes the need for qualified personnel with multidisciplinary expertise, covering healthcare research, epidemiology, policy analysis, and statistical methodologies. The overall goal is to facilitate health system transformation through evidence-based practices while adhering to federal regulations and maintaining rigorous analytics within CMS environments. This contract serves as a vital tool for CMS's mission to improve healthcare delivery and access while controlling costs.
    The Centers for Medicare & Medicaid Services (CMS) has issued an update regarding the Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 IDIQ solicitation, numbered 75FCMC25RJ018. The Contracting Officer, John Cruse, acknowledges a delay in responding to inquiries and edits pertaining to the Request for Proposal (RFP). Consequently, an extension for proposal submissions is anticipated in alignment with this delay. All relevant information about the solicitation updates will be made available on SAM.gov. This communication highlights CMS's commitment to transparency throughout the procurement process and ensures interested parties are informed of significant changes affecting their ability to participate in the RFP.
    The Centers for Medicare & Medicaid Services (CMS) has issued a status update regarding the Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 Indefinite Delivery Indefinite Quantity (IDIQ) procurement, as noted in Notice ID #75FCMC25RJ018. The update informs offerors of the forthcoming Amendment #0001, scheduled for release on April 16, 2025, which will include answers to previously submitted questions and updates to the solicitation's sections and attachments, along with a new proposal due date extending from April 17, 2025, to May 6, 2025. Additionally, another amendment is expected the following week to address remaining inquiries. Offerors are encouraged to regularly check SAM.gov for further amendments and updates. For questions, they can contact Contract Specialist Melanie Suris-Rodriguez at the provided email. This communication underscores CMS's commitment to keeping stakeholders informed throughout the procurement process.
    The Centers for Medicare & Medicaid Services (CMS) has announced a delay concerning responses to inquiries related to the Request for Proposal (RFP) designated 75FCMC25RJ018 for Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 IDIQ. Interested parties are instructed not to submit proposals until further guidance is issued, which will include a new proposal submission deadline reflecting the delay. All updates and additional information regarding this solicitation will be shared on SAM.gov. The communication is signed by John Cruse, the Contracting Officer, emphasizing adherence to the revised timeline for the submission of proposals. This notification is significant for stakeholders in the federal contracting arena, as it directly impacts the timeline and planning for potential offerors.
    This document serves as an amendment to a federal solicitation, specifically Amendment 0001 for solicitation number CMMI-2025-0030. The primary purposes include responding to inquiries, extending the proposal due date, and revising the solicitation and Attachment J.4. It outlines the requirements for offerers to acknowledge receipt of this amendment to avoid rejection of their offers. Changes to existing submissions can be made via letter or electronic communication, referencing the relevant solicitation numbers. The contracting and administration details, including contact information, are provided for compliance. The amendment retains all terms from the original solicitation document unless specified otherwise, asserting the necessity for adherence to updated guidelines in the proposal process. Overall, this modification is pivotal for the management of solicitations and contracts within the government context, ensuring transparency and clarity in the procurement process.
    The Centers for Medicare & Medicaid Services (CMS) has issued a Past Performance Questionnaire as part of the Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 IDIQ project. This document serves to evaluate Offerors/Contractors based on their previous performance, an essential part of the federal source selection process. Offerors are requested to ask references to fill out the questionnaire, which assesses performance in areas such as Quality, Cost Control, Schedule, Management, and Utilization of Small Business. Each area contains specific questions and a rating scale from "Unsatisfactory" to "Exceptional." The completed questionnaires will be used in the evaluation process, and CMS may share this information as permitted by law. Offerors must ensure their references submit the completed questionnaires by a designated deadline. The questionnaire format includes space for comments and numerical ratings, facilitating a comprehensive assessment of past contract performance for consideration in the proposal evaluation. This emphasizes the importance of documented past performance in securing government contracts.
    The RMADA 3 IDIQ contract aims to provide analytic support and technical assistance for healthcare delivery and payment models under the Affordable Care Act, Medicare, Medicaid, and CHIP. It is structured as an indefinite-quantity/indefinite-delivery contract with a minimum order of $1,500 and a maximum ceiling of $3.5 billion. Key tasks include model design, evaluation, data analysis, and stakeholder engagement, focusing on reducing healthcare expenditures while maintaining care quality. The contract establishes guidelines on data management, technical assistance, and collaborative processes without developing new IT systems. It emphasizes the importance of learning systems to ensure knowledge diffusion among model participants and supports rigorous evaluation methodologies, integrating both qualitative and quantitative analyses. Through stakeholder engagement and robust reporting mechanisms, the contractor is tasked with improving the effectiveness and impact of demonstrated models, ultimately aimed at healthcare quality enhancement and cost reduction. The document outlines clear directives to align with CMS's strategic objectives for healthcare reform and effectiveness in service delivery.
    The contract outlined in this document pertains to the Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 Indefinite Delivery Indefinite Quantity (IDIQ) with the aim of providing analytical support and technical assistance related to healthcare models funded by the Affordable Care Act (ACA), Medicare, and Medicaid. The contract will facilitate the design, evaluation, and implementation of models to reduce costs while enhancing care quality for various beneficiary populations, including Medicare and Medicaid participants. Key components include a minimum order of $1,500 and a maximum ceiling of $3.5 billion over the contract period. The contractor will deliver services through various task orders, including data analysis, stakeholder engagement, and program evaluations, all while ensuring compliance with CMS data security policies. The document also emphasizes collaboration with IT contractors and specifies the exclusion of IT system development. It mandates comprehensive engagement with stakeholders, use of existing CMS data resources for analysis, and adherence to federal regulations for data management and reporting. Overall, this contract aims to strengthen CMS’s capacity to innovate and evaluate healthcare delivery models systematically, ensuring improved outcomes through data-driven assessment and stakeholder collaboration.
    The document provides a template for submitting questions related to the Research Measurement Assessment Design Analysis (RMADA) 3 Indefinite Delivery Indefinite Quantity (IDIQ) proposal. It includes a series of inquiries from offerors about various sections of the Request for Proposal (RFP) and the corresponding responses from the Centers for Medicare & Medicaid Services (CMS). Key topics addressed include deadlines for submitting proposals, guidelines for past performance questionnaires, clarification of required document attachments, and specifications related to proposal format, such as page limits and submission methods. CMS also clarifies that past performance information should be included as an appendix without a page limit, while questionnaires must be submitted directly to the Contract Specialist. Updates to the small business size standards and instructions for technical proposals are also noted, emphasizing compliance with updated regulations and ensuring the appropriate process for submission. This document serves as a critical resource for potential bidders, ensuring they meet CMS requirements while providing clear communication regarding the proposal process.
    The document outlines a Request for Proposals (RFP) for a Research, Measurement, Assessment, Design, and Analysis (RMADA) contracting initiative under the Centers for Medicare and Medicaid Services (CMS). The primary aim is to offer analytical support and technical assistance for healthcare models derived from the Affordable Care Act (ACA), focusing on reducing expenditures across Medicare, Medicaid, and CHIP while ensuring quality care. The contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a minimum order threshold of $1,500 and a maximum ceiling of $3.5 billion over its lifespan. Key tasks for the contractor include model design, data analysis, monitoring implementations, technical assistance, and the creation of educational materials. The document specifies stringent compliance requirements related to data governance and prohibits the development of new IT systems, emphasizing collaboration with existing IT contractors for data management. Additionally, contractors must engage with stakeholders effectively, design materials that adhere to federal standards, handle data securely, and evaluate model outcomes through quantitative and qualitative methods. This RFP reflects CMS's commitment to innovative care delivery models, highlighting the need for analytical rigor and stakeholder involvement in improving healthcare systems.
    The contract outlined in the document aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) for providing analytical support and technical assistance to the Centers for Medicare & Medicaid Services (CMS) in alignment with the Patient Protection and Affordable Care Act (ACA) and other health reform initiatives. The contractor will support CMS in the design, implementation, evaluation, and analysis of various healthcare delivery models, aiming to reduce costs for Medicare, Medicaid, and CHIP while improving care quality. The contract stipulates a minimum order of $1,500 and a maximum ceiling of $3.5 billion over its duration. Responsibilities include conducting program analyses, supporting data integration, and engaging stakeholders. Notably, the contractor must not develop IT systems but will use existing CMS data within CMS environments. The requirement emphasizes stakeholder engagement, detailed monitoring of model implementation, and the integration of both quantitative and qualitative data for ongoing evaluations. Continuous feedback loops and technical assistance will be vital for model participants, with the contractor expected to adapt swiftly to evolving CMS needs. This document reflects the government's commitment to enhancing healthcare delivery through comprehensive data-driven research and collaboration.
    This document is an amendment (0002) to the Research Measurement Assessment Design Analysis (RMADA) 3 federal government Request for Proposals (RFP), addressing questions and responses pertaining to the procurement process. The primary focus lies on clarifying contract provisions regarding indirect cost rate ceilings, task order processes, subcontracting plans, and evaluation criteria for proposals. Key responses include confirmation that the government will set indirect cost ceilings and that the solicitation allows for multiple contract awards across various business sizes, with no specific set-asides for small businesses. Additional insights detail that contractors need not respond to a sample task order or provide excessive past performance references beyond three relevant contracts. The document stresses that subcontracting goals are still to be established even without definite contract values at the IDIQ level. Key updates clarify submission requirements for accessibility compliance and the format for proposals, ensuring a smoother process for potential offerors. This amendment is vital for maintaining transparency and ensuring that all stakeholders are informed about the evolving requirements of the solicitation as it progresses toward contract awards.
    This document constitutes Amendment 0002 to the solicitation referenced as 75FCMC25RJ018. Its primary purpose is to provide answers to previously submitted questions, amend the solicitation details, and extend the proposal submission deadline. Although this amendment addresses some inquiries, a comprehensive amendment will be issued by May 16, 2025, to cover outstanding questions and implement significant revisions to Sections L and M of the solicitation, along with updates to the Statement of Work requirements. Offerors are encouraged to review this upcoming amendment, as it will include essential updates impacting proposal development. The document establishes the procedures for contractors to acknowledge receipt of this amendment to ensure their proposals remain compliant and considered valid upon submission.
    The document outlines the details of the 75FCMC25RJ018 ALL SECTIONS contract amendment aimed at establishing an Indefinite-Delivery Indefinite-Quantity (IDIQ) procurement for Research, Measurement, Assessment, Design, and Analysis (RMADA) services related to healthcare models driven by the Affordable Care Act. It details the contractual requirements for services to support Medicare, Medicaid, CHIP, and uninsured beneficiaries, ensuring cost-effectiveness while improving care quality. Key elements include a minimum service order of $1,500 and a maximum cumulative contract limit of $3.5 billion. Payment terms indicate potential withholding for reporting failures, with various order types like firm fixed price and cost-plus-fixed fee. The contract specifies administrative procedures, contractor responsibilities, and oversight mechanisms, including performance evaluation and reporting requirements. The document emphasizes regulations regarding the handling of costs, invoicing practices, and compliance with federal security and conflict-of-interest guidelines. It also stipulates conditions for contractor personnel continuity, subcontractor management, and the necessity for protecting sensitive information. This contractual framework serves the government’s interests in enhancing service delivery and efficiency within healthcare programs while ensuring strict adherence to regulatory standards.
    The document outlines the requirements and terms for a federal contract (75FCMC25RJ018) under the Research, Measurement, Assessment, Design, and Analysis (RMADA) program. Its primary goal is to provide analytic support for models and demonstration programs related to the Patient Protection and Affordable Care Act (ACA), focusing on improving care quality while reducing costs for Medicare, Medicaid, and uninsured individuals. This indefinite delivery/indefinite quantity (IDIQ) contract has a minimum purchase obligation of $1,500 and a maximum ceiling of $3.5 billion over its duration, which is projected to run from August 1, 2025, to July 31, 2030. Key provisions include payment terms, travel reimbursement, task order types, and performance evaluations. Contractors must comply with strict reporting and invoicing processes, including the electronic submission of payment requests. Specific clauses also address contractor qualifications, required key personnel, and conflict of interest mitigation strategies. The contract is designed to ensure transparency, efficiency, and accountability in managing public funds while meeting the evolving healthcare needs highlighted under the ACA. Overall, this initiative emphasizes the government's commitment to optimizing healthcare delivery through data-driven research and technical assistance.
    The document, Amendment 0003 related to the Research Measurement Assessment Design Analysis (RMADA) 3, primarily addresses inquiries about the Statement of Work (SOW) regarding various roles, data requirements, and technical specifications for contractors. Key aspects include confirmation of analytical tools like SAS and STATA, data collection protocols, mobile-friendly deliverables, and contractor responsibilities in utilizing Model Space (Databricks). It emphasizes the integration of existing data systems, the need for stakeholder engagement strategies, and the importance of following CMS guidelines for data processing and compliance. Responses clarify that while assistance and tools will be provided, contractors are expected to demonstrate their capabilities in data management and analysis. The document outlines that no specific limits exist on primary data sources, and contractors are responsible for strategizing model-specific metrics as well as ensuring adherence to security and data governance standards. This amendment serves as a vital reference for contractors participating in this federally contracted service, ensuring they are well-informed of expectations and requirements related to the IDIQ initiative. The overall aim is to ensure effective implementation and monitoring of healthcare models, fostering collaboration and innovation within the CMMI framework.
    Amendment 0003 to solicitation 75FCMC25RJ018 addresses several updates and revisions to the Request for Proposals (RFP). The amendment primarily aims to provide answers to questions submitted by potential bidders and make adjustments in multiple solicitation sections, including the pricing details, specifications, special contract requirements, and instructions for offerors. Additionally, it introduces new attachments such as a Business Proposal Template, Oral Presentation instructions, and a White Paper. Notably, Section C has been removed from the RFP and is now included as a separate attachment labeled J.1. The amendment also extends the deadline for proposal submissions, ensuring that all interested parties have adequate time to respond. This revised RFP reflects the government's efforts to clarify requirements and enhance the proposal process for stakeholders involved in federal contracting opportunities.
    The Centers for Medicare & Medicaid Services (CMS) oversees Medicare, Medicaid, and the Children's Health Insurance Program (CHIP), focusing on improving healthcare quality and reducing costs. Under the RMADA 3 Indefinite Delivery Indefinite Quantity (IDIQ) contract, CMS seeks analytical and technical support to implement and evaluate innovative care models as established by the Affordable Care Act (ACA) and other legislation. The RMADA 3 Contractor's responsibilities include conducting analyses, monitoring implementation, collecting data, reporting findings, and providing technical assistance to stakeholders. The contract emphasizes using CMS environments to manage data while restricting the creation of new IT systems unless approved by CMS. Key components include pre-implementation phase activities, model evaluation and reporting, data aggregation support, and developing learning systems based on successful practices. The document underscores the importance of multi-disciplinary expertise and timely adaptation to evolving healthcare models, ensuring comprehensive support throughout various phases of implementation, monitoring, and evaluation. The RMADA 3 Contractor must adhere to CMS security policies, manage records according to regulations, and engage in robust stakeholder communication to enhance the effectiveness of healthcare delivery reform efforts.
    The Centers for Medicare & Medicaid Services (CMS) seeks analytical support and technical assistance through the RMADA 3 Indefinite Delivery Indefinite Quantity (IDIQ) contract, aimed at enhancing the effectiveness of healthcare delivery systems, particularly under the ACA and MACRA frameworks. The contractor will assist with model design, operations, data analysis, and stakeholder engagement while maintaining compliance with federal regulations on data use and IT systems. Key tasks include conducting program monitoring, evaluations, and developing educational materials in multiple formats to support beneficiaries and providers. The contractor must also ensure robust data management, adhering to cybersecurity protocols, and utilize CMS-specified technology environments such as Model Space for data analysis. Significant emphasis is placed on collaborative efforts with other contractors for data aggregation and sharing, as well as the development of quality improvement initiatives across CMS models. The holistic approach underscores the necessity of interdisciplinary expertise and responsive support to facilitate CMS's goals of improved healthcare quality and reduced costs, affirming the program's commitment to innovation in healthcare management.
    The document outlines the instructions for oral presentations related to a federal RFP amendment. Scheduled via ZOOM, these presentations will include the Offeror's Program Director and four technical experts. Each presentation lasts up to 2.75 hours, segmented into preparation time, introductions, question responses, scenario-based discussions, and interactive dialogue with the Government. Key parameters include a controlled participant list, with emphasizes on avoiding changes to bid details during discussions. Offerors must ensure their team's presence and readiness, as no additional time will be granted for delays. Evaluation centers around the oral presentation itself rather than supplementary materials. Presentations are set for the week of August 18-22, 2025, with timings randomly assigned. The Contracting Officer holds the discretion to extend time in case of delays attributable to the Government. Overall, the document establishes a structured framework to ensure a fair and organized evaluation of proposals, emphasizing clarity, preparedness, and adherence to the guidelines by participating Offerors. It reflects the Government's commitment to an efficient source selection process while maintaining transparency and equal opportunity for all bidders.
    The CMS Innovation Center is revising the RMADA 3 IDIQ to support its new mission of enhancing public health while safeguarding taxpayer funds. Key updates include focusing evaluations strictly on certification-related questions, discontinuing supplemental tasks, and expediting evaluations for models ending prematurely. Peer-to-peer learning will be limited and primarily conducted virtually, concentrating on scaling successful interventions at the national level rather than localized efforts. The management of task orders will shift to a fixed budget framework, with a significant emphasis on performance-based contracts. Most Task Order Request for Proposals (TORPs) will now prioritize outcome-based objectives rather than prescriptive work statements, encouraging bidders to present their strategies for achieving desired outcomes. Additionally, most contract types will be firm fixed price, with the target price range communicated to bidders. These changes reflect the Innovation Center's strategic direction and commitment to efficiency and effectiveness in contract management.
    The document is an "Attachment J.2 Consent to Subcontract" associated with a federal prime contract, detailing necessary procedures for obtaining consent to subcontract. It outlines the requirements that the Prime Contractor must submit to CMS, including descriptions of the subcontracted supplies or services, details about the subcontractor, proposed prices, and necessary cost or pricing data. Key negotiation elements must also be documented, such as significant considerations in pricing, reliance on subcontractor data, and incentive fee structures. The document emphasizes the importance of transparency and compliance with Cost Accounting Standards. Additionally, it inquires about the subcontractor's purchasing accounting system and any affiliations between the prime contractor and subcontractor. This framework aims to maintain accountability and ensure fair pricing in government contracts and subcontracts, aligning with principles of federal grants and RFP processes.
    The document outlines the Indefinite Delivery Indefinite Quantity (IDIQ) Business Proposal Template for a government Request for Proposals (RFP). It consists of detailed labor categories, estimated hours for five years, and associated labor rates across various roles such as Business Analysts, Financial Analysts, and Data Analysts. The total estimated labor hours amount to 44,110. Each labor category includes descriptions of responsibilities, emphasizing compliance, quality management, data analysis, project coordination, and research activities. The levels of labor expertise are defined, ranging from Junior (I) to Senior (III), indicating the required educational background and years of experience. The structure ensures uniformity for bidders, requiring adherence to CMS-specified labor categories without modifications. The proposal aims to solicit comprehensive services across various sectors, aligning with federal grant and RFP standards, while promoting efficient resource allocation and project execution. This document is crucial for providing the government with skilled personnel to uphold operational efficiency and effective project management.
    The contract outlined in document 75FCMC25RJ018 is a Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 indefinite-delivery/indefinite-quantity (IDIQ) agreement aimed at providing analytic support under the Affordable Care Act (ACA). The contractor is responsible for designing and evaluating service delivery models intended to reduce costs for Medicare and Medicaid while maintaining care quality. The contract stipulates a minimum order quantity of $1,500 and a maximum ceiling of $3.5 billion. Payment structures include firm-fixed price, cost-plus-fixed fee, and time-and-materials options, with travel and direct costs reimbursed at actual amounts. Furthermore, the document details reporting requirements, including the necessity for compliance with Section 508 of the Rehabilitation Act, and specifies that all work is subject to inspection by government representatives. The performance period spans from December 2025 to November 2030, with a structure for evaluating past contractor performance and managing conflicts of interest. Additional considerations related to information security and contractor personnel are also emphasized. This contract exemplifies the government's commitment to improving healthcare delivery efficiency while ensuring strict regulatory compliance in financial and operational domains.
    The document outlines a federal contract proposal for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide Research, Measurement, Assessment, Design, and Analysis (RMADA) support related to the Affordable Care Act (ACA). The purpose is to offer technical assistance for developing models aimed at reducing healthcare costs while enhancing care quality for Medicare, Medicaid, CHIP, and uninsured beneficiaries. The contract will facilitate orders, specifying a minimum of $1,500 and a maximum ceiling of $3.5 billion over its duration. Various task orders will be authorized, including firm-fixed-price and cost-plus-fixed-fee models. Key responsibilities include regular cost reporting, compliance with Federal Information Security standards, and oversight of performance evaluations. The contractor is required to manage conflicts of interest and ensure key personnel remain consistent throughout the contract's life. The contractor’s work will be closely monitored by designated government representatives, and any change in personnel necessitates prior approval from the contracting officer. Overall, the contract emphasizes the importance of providing high-quality services, adhering to federal regulations, and maintaining accountability and transparency throughout its execution.
    The document is an amendment (0004) outlining updates and clarifications regarding the Research Measurement Assessment Design Analysis (RMADA) 3 Request for Proposals (RFP). It includes responses to 124 questions posed by potential offerors, detailing key aspects of the procurement process. Major topics covered include submission timelines for past performance questionnaires, requirements for oral presentations, guidelines for small business subcontracting plans, and clarity on the number of required past performance contracts for subcontractors. Notably, the amendment settles specific concerns about the organization of proposals, including the inclusion of resumes, and confirms deadlines for certain submissions tied to the IDIQ Technical Proposal. The RFP delineates that small businesses must submit plans while specifying evaluation criteria emphasizing the importance of corporate experience and technical approaches. Changes have been made to enhance clarity and foster understanding among bidders while ensuring compliance with relevant regulations. This document is critical in guiding offerors toward submitting comprehensive and compliant proposals.
    Amendment 0004 to solicitation 75FCMC25RJ018 serves several purposes, primarily aimed at updating key components of the solicitation process in response to submitted questions. It includes revisions to various sections such as Section A (Solicitation, Offer, and Award), Section F (Deliveries or Performance), and additional sections that cover Special Contract Requirements, Contract Clauses, and Evaluation Factors for Award. The amendment also modifies Attachment J.10 regarding Oral Presentation Instructions and extends the proposal submission deadline to facilitate thorough responses. Attachments to the amendment provide updated formats and tracked changes. The document notes that further amendments will follow to address additional outstanding questions, ensuring clarity and transparency in the procurement process. This action reflects an ongoing commitment to engaging with potential offerors and ensuring comprehensive understanding of the solicitation requirements.
    The document outlines the rules and format for oral presentations related to a government RFP, specifically focusing on the RAMDA 3 program. It specifies that presentations will be conducted virtually via ZOOM, with time strictly allocated for various components, including setup, introductions, responses to technical questions, scenario-based inquiries, and interactive dialogue. Offerors are limited to a defined number of participants and must control their presentations, ensuring that key personnel are present rather than external professional presenters. The Government will not incorporate feedback from the Offeror’s previous submissions into the presentation assessments. Time management is emphasized, as late arrivals will not receive extra time, and the presentation dates are pre-determined. The overall goal is to facilitate an in-depth and fair evaluation process. Adherence to these guidelines is crucial as they impact the source selection outcome.
    The document outlines the procedures and rules for oral presentations in response to a federal Request for Proposals (RFP). Scheduled via Zoom, Offerors must limit their participants to a Program Director and six technical experts, with an additional non-presenting individual for technical support. The presentation duration totals up to three hours, divided into segments, including preparation, introductions, responses to technical questions, scenario-based questions, dialogue with the Government, and wrap-up. Key rules emphasize that only the oral presentation is evaluated, while slide decks serve merely as supplements; no changes to offers are permitted during this stage; and participation is restricted to one presentation per firm. Offerors must arrive prepared as late arrivals will not receive extra time. Presentations are slated between August 26 and September 23, 2025, with times designated at random. The Contracting Officer holds discretion regarding any delays affecting Offerors' presentation times, ensuring fairness in the selection process. This structured approach aims to facilitate a clear and fair evaluation process for prospective contractors within the government RFP framework.
    The document outlines the terms and conditions for an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at providing research, analysis, and technical support related to service delivery models under the Patient Protection and Affordable Care Act. The contract, valued at a minimum of $1,500 and a maximum of $3.5 billion, allows for multiple types of task orders, including fixed price and cost-reimbursement. The contractor must ensure compliance with payment reporting, deliverables, and performance evaluation standards, adhering to federal regulations like the Federal Acquisition Regulation (FAR). Additionally, it emphasizes proper reporting, management of contractor conflict of interest, and stringent security requirements for handling government data. The contract specifies key personnel roles, outlines the approval process for subcontractors, and establishes terms for travel and direct costs related to the project. This IDIQ contract supports the government's commitment to enhancing healthcare programs and services while ensuring quality and efficiency through established evaluation mechanisms.
    This government document outlines an amendment for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on developing Research, Measurement, Assessment, Design, and Analysis (RMADA) services to support the implementation and evaluation of healthcare models under the Patient Protection and Affordable Care Act. The contract aims to improve care quality while reducing costs associated with Medicare, Medicaid, and CHIPP. The IDIQ allows the government to place orders within a minimum of $1,500 and a maximum ceiling of $3.5 billion, with various order types including firm fixed-price and cost-plus-fixed-fee options. The contractor is responsible for meeting specific performance evaluation standards and must comply with relevant federal regulations including performance reports, invoicing, and cost management. Key provisions include requirements for maintaining compliance with information security regulations and handling conflicts of interest. Additionally, the contract specifies oversight roles and responsibilities for government representatives. Overall, this document serves as a framework for delivering essential healthcare-related analytical support and technical assistance over several years.
    The document details Amendment 0005 of the RMADA 3 Request for Proposals (RFP), outlining responses to queries related to the evaluation process, proposal submissions, and guidelines for oral presentations among vendors. Key points include the clarification that vendor hours will not determine the evaluation price, the provision for vendors to use virtual breakout rooms during oral presentations, and updates on how corporate experience will be evaluated in light of recent amendments favoring incumbent contractors. CMS is committed to maintaining a competitive acquisition process despite changing evaluation criteria. The document also includes specifics on subcontractor participation, labor rates, and the evaluation of past performance. The necessity of a transparent evaluation process while ensuring equal opportunities for both small and large vendors is emphasized, indicating a balanced approach to managing contractor qualifications and bid submissions in healthcare analytics and technical assistance. Overall, the RFP emphasizes fair competition and value for the government, aligning with federal standards and guidelines.
    Amendment 0005 to solicitation 75FCMC25RJ018 addresses several important updates to the Request for Proposals (RFP). The primary purpose of this amendment includes responding to submitted questions from prospective bidders, as well as revising sections B (Supplies or Services and Prices/Costs), L (Instructions, Conditions, and Notices to Offerors or Quoters), and M (Evaluation Factors for Award). Furthermore, an attachment, specifically Attachment J.9, which is the IDIQ Business Proposal Template, has also been revised. Importantly, this amendment extends the deadline for proposal submissions, providing bidders additional time to prepare their responses. Accompanying the amendment are several attachments, including a Q&A document, a tracked changes version of all sections, a clean version of all sections, and the revised business proposal template. This amendment supports transparency and ensures that all potential offerors have the necessary information to formulate competitive proposals in alignment with the updated solicitation requirements.
    The document outlines the Indefinite Delivery Indefinite Quantity (IDIQ) Business Proposal Template associated with a federal government RFP. It details various labor categories, estimated hours, and time-and-materials (T&M) fully loaded proposed labor rates for different roles including Business Analysts, Medical Directors, and Data Analysts among others, summing up to a total of 44,551 estimated hours across the indicated categories. The document also categorizes labor levels ranging from Junior to Senior positions, defining the experience and educational requirements for these levels. Supporting details explain the responsibilities of each labor category, emphasizing roles in quality assurance, data analysis, program management, research, and communications. The document is structured to provide clear definitions and criteria for each labor category, ensuring clarity for potential respondents in the competitive bidding process. This IDIQ proposal template is significant for federal grant applications, enhancing compliance and accountability in government contracting.
    The HHS Subcontracting Plan Template outlines requirements for federal contracts exceeding $700,000 (or $1,500,000 for construction) to ensure small business participation. It provides a structured format for offerors to submit their Individual Subcontracting Plans, aligning with the Small Business Act and Federal Acquisition Regulations. The template includes sections for project information, subcontracting goals—such as 31% for small businesses and 5% for various subcategories—and a description of subcontracting opportunities. Offerors must detail the methodology used to establish goals, identifying potential sources for small businesses. The document emphasizes good faith efforts in subcontracting, timely payments, and the maintenance of records to ensure compliance. Key elements include defining responsibilities for subcontracting program administration and assurance of fair opportunities for small businesses to compete for contracts. The overall goal is to foster inclusivity in federal contracting by utilizing small and disadvantaged business concerns throughout the procurement process, reinforcing the federal commitment to economic diversity and support for smaller enterprises.
    The "Consent to Subcontract" document outlines the requirements for a Prime Contractor to obtain consent from the Centers for Medicare & Medicaid Services (CMS) before subcontracting services or supplies. It mandates the submission of several key elements, including a description of the subcontracted services, identification of the subcontractor and pricing, and various financial disclosures such as cost or pricing data and a negotiation memorandum. This memorandum must detail significant considerations in price negotiations, discrepancies in cost data, and any relationship between the prime contractor and subcontractor. Additional inquiries focus on the approval of the subcontractor’s purchasing system and any potential ownership affiliations. These requirements ensure compliance with federal regulations and promote transparency in government contracting processes, ultimately aiming for fair and equitable pricing and performance standards in the provision of services.
    The document outlines the structure and requirements for submitting questions related to the Research Measurement Assessment Design Analysis (RMADA) Request for Proposals (RFP). It specifies the information that proposers must provide, including the company name, address, and contact details. The RFP is segmented into various sections including general information, proposal instructions, offeror information, and volumes for technical and business proposals. Each section is designed to guide the submission process and ensure clear communication of questions regarding different proposal components. Additionally, there are conflict of interest queries and specific questions related to each proposal volume. The document serves as a framework to facilitate effective engagement between the government and potential proposers in the context of soliciting competitive proposals for federal and local funding opportunities. Overall, it emphasizes organized submission procedures to maintain transparency and clarity in the RFP process.
    The document outlines a Past Performance Questionnaire for the Centers for Medicare & Medicaid Services (CMS) related to the Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 IDIQ contract. It emphasizes the significance of past performance in federal procurement processes and requests references from Offerors/Contractors to evaluate their previous work with customers. The questionnaire assesses five key performance areas: Quality, Cost Control, Schedule, Management, and Utilization of Small Businesses, directing evaluators to provide ratings and detailed comments based on a specified scale. The document stipulates submission methods, emphasizes the importance of thorough responses, and ensures confidentiality where applicable. The primary goal is to gather relevant performance information to aid CMS in making informed decisions on prospective contract awards.
    The document outlines the necessary expertise and capabilities for tasks related to RMADA 3, emphasizing a multi-disciplinary approach including economists, health professionals, and data analysts. Key areas of work include developing complex research designs, implementing primary and secondary data collection methods, performing statistical analysis, and possessing subject matter expertise in CMS policies. The document highlights the importance of effective communication across diverse professional fields, as well as skills in report writing and synthesizing findings. Additionally, it discusses the need for creating learning networks to foster shared knowledge among stakeholders. The overall purpose is to establish the required qualifications for prospective contractors involved in federal grants and RFPs focused on healthcare research and evaluation. This summary underscores the document's role in guiding the selection of capable professionals for comprehensive healthcare assessment projects.
    The document outlines the requirements for contractors or offerors regarding conflicts of interest (COIs) as part of a federal solicitation or contract. It mandates the submission of information related to corporate structure, actual or potential COIs, and financial interests. Offerors must disclose all relevant contracts that could create COIs, detailing the nature of these conflicts and the affected entities. A structured approach to managing COIs is emphasized, including a description of oversight processes and proposed mitigation plans. The document also addresses personal conflicts of interest (PCIs), requiring thorough analysis of financial disclosures of governing body members and key personnel. Contractors are responsible for assessing their subcontractors' COIs to ensure compliance. The main purpose is to ensure transparency and ethical standards in federal contracting, minimizing the risk of biased decision-making or compromised objectivity during contract performance. This framework supports the integrity of federal grants and local RFP processes by mandating a comprehensive review of potential conflicts throughout the contract lifecycle.
    The document outlines a framework for the Personal Conflicts of Interest (COI) Financial Disclosure process for offerors and contractors involved with the Centers for Medicare & Medicaid Services (CMS). It emphasizes that the provided template is advisory, allowing organizations to create their own forms while ensuring they capture necessary COI information. Key requirements include the collection and analysis of financial disclosures for governing body members and key personnel associated with the contract. The disclosure encompasses various aspects, such as reportable assets, income sources, liabilities, outside positions, and gifts or travel reimbursements. Specific definitions guide the organization in identifying relevant information. A compliance officer's analysis is mandated, assessing any potential conflicts and outlining mitigation strategies where needed. The document also includes a sample assessment, demonstrating the procedure for identifying and addressing conflicts effectively. Overall, it serves to ensure transparency and mitigate biases associated with personal interests in the performance of government contracts related to healthcare.
    The document provides detailed instructions for contractors on completing a Cost Reimbursement CLIN/SLIN, specifically focusing on adjusting cost categories and accurately reporting incurred costs. Contractors must align their internal accounting structures with the designated cost categories, submit periods of performance, and ensure all calculations in the provided spreadsheet are functional and accessible for review by the Centers for Medicare & Medicaid Services (CMS). Key tasks include entering actual costs to date, estimating costs to complete remaining work, and disclosing indirect rates. The structure supports multi-year reporting by requesting separations for costs that span multiple fiscal years. Each cost category—direct labor, overhead, and other direct costs (ODCs)—is broken down into subtotals, with a final total presented for the overall costs associated with the specific CLIN/SLIN. Additionally, contractors are instructed to replicate the template for reporting multiple CLINs, ensuring clarity and organization in their submissions. Overall, this document serves to guide contractors in accurately reporting financial data for federal grants and state and local RFPs, emphasizing compliance, clear communication of costs, and adherence to government financial reporting standards.
    The document provides detailed instructions for contractors on how to complete the Time and Materials (non-commercial item) CLIN/SLIN. Key steps include adjusting cost categories in a specified column, entering the period of performance, and providing actual incurred labor and material costs, along with estimates to complete the work. Contractors must ensure that indirect rates are documented accurately, and the structure allows for reporting across multiple CLINs or SLINs through a standardized template. The calculations within the submission must remain transparent for review by CMS, emphasizing the need for functional formulas in the provided spreadsheet. Additionally, costs must be categorized by accounting/fiscal years when applicable, ensuring clarity in financial reporting. The document is part of broader compliance requirements within the context of federal RFPs and grants, guiding contractors on proper reporting and accountability in federal contracting processes.
    The document is a solicitation form for a federal government contract, designated as a "rated order" under the Defense Production Act (DPA). It provides a structured outline for contractors to submit offers for supplying certain goods or services. Key sections include instructions for offer submission, a list of evaluation factors for awards, and various contract clauses and requirements that must be acknowledged by bidders. The contract solicitation specifies that sealed offers are to be submitted to a designated address and outlines procedures for late submissions. It contains essential contact information for inquiries and requires acknowledgment of any amendments to the solicitation. Offerors are to indicate their discount terms for prompt payment and provide their details, including the name of the authorized person to sign the offer. The award section outlines the acceptance of bids, payment instructions, and introduces the contracting officer responsible for the bidding process. Overall, the document serves as a comprehensive guide for prospective vendors to navigate the process of participation in federal contracting, ensuring compliance with established guidelines and timelines.
    This government document outlines a solicitation for bids related to supplies or services needed by the Centers for Medicare & Medicaid Services (CMS). It is marked as a rated order under the Defense Production Act, emphasizing the urgency of the requirements. The solicitation includes detailed instructions for submitting sealed offers, including the deadline and necessary contact information for inquiries. Key sections provide an overview of the evaluation factors for awarding contracts, instructions and conditions for offerors, and a list of documents and attachments relevant to the solicitation. The document serves as both a formal request for proposals (RFP) and guidance on compliance with the bidding process, setting forth expectations for potential contractors, including acknowledgment of any amendments and specifics regarding discount offers and delivery timelines. Furthermore, it includes contractual stipulations administered by designated officials, ensuring a structured approach to awarding contracts and processing payments. Overall, this solicitation aims to gather competitive proposals to fulfill specified services or products for CMS in a timely manner, while adhering to regulatory standards and promoting transparency in public procurement processes.
    The purpose of the RMADA3 IDIQ contract is to provide analytic support and technical assistance for programs related to the Patient Protection and Affordable Care Act (ACA). The contractor will assist in researching, designing, and evaluating models aimed at reducing expenditures in Medicare, Medicaid, CHIP, and for uninsured beneficiaries while ensuring the quality of care is maintained or improved. This indefinite-quantity/indefinite-delivery contract allows the Government to place orders for services with a minimum threshold of $1,500 and a maximum limit of $3.5 billion over the contract's duration. Payment terms are contingent on task order performance and compliance with submission requirements. Orders may vary in structure, including firm fixed-price or cost-reimbursement models, while travel and direct costs will be reimbursed as per established federal guidelines. The overarching goal of the contract is to enhance healthcare service delivery through innovative financial models and analytical assessments.
    The Centers for Medicare & Medicaid Services (CMS) seeks contractor support through the Research, Measurement, Assessment, Design, and Analysis (RMADA) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract facilitates a broad range of analytical and technical assistance to enhance healthcare delivery models derived from legislative reforms like the Affordable Care Act. Key objectives include effective model design, implementation and operational monitoring, data analysis, stakeholder engagement, and the dissemination of best practices. Contractors will not develop new IT systems but will work within CMS-provided environments and collaborate on data aggregation efforts. The work encompasses program monitoring, participant support, quality improvement initiatives, and modeling evaluations that use quantitative and qualitative methodologies. Contractors will produce educational materials in diverse formats and ensure compliance with data governance and privacy regulations. By implementing effective learning systems and facilitating model recruitment, the contractor will contribute significantly to CMS's goal of improving healthcare quality and reducing costs while ensuring stakeholder engagement in transformative system changes.
    The document outlines the requirements for packaging and marking all deliverables under a federal contract. It emphasizes that all items must conform to the specifications stated in the Statement of Work and any additional stipulations specified in individual Task Orders. This section underscores the importance of adhering to precise guidelines to ensure proper handling and identification of materials during shipping. By highlighting the need for compliance with established requirements, the document reinforces the structured approach of federal contracts, ensuring efficiency and accountability in the delivery process.
    This document outlines the inspection and acceptance process for services rendered under a federal contract. It indicates that all work is subject to inspection by either the Contracting Officer or their authorized representative. Section E.1 incorporates several Federal Acquisition Regulation (FAR) clauses by reference, specifically detailing the standards for inspecting various types of services—fixed-price, cost reimbursement, and time and material contracts. The Contracting Officer Representative is designated as responsible for ensuring the satisfactory inspection and acceptance of the contractor's performance. Adherence to the specified FAR clauses is mandatory for all delivered services under the contract. Overall, this section reinforces the importance of regulatory compliance and quality assurance within federal contracting practices.
    This document outlines the delivery and performance requirements of an Indefinite Delivery Indefinite Quantity (IDIQ) contract, specifying clauses incorporated by reference, including provisions such as stop-work orders and government delays. The expected period of performance is from August 1, 2025, to July 31, 2030, with the stipulation that the total duration of funded task orders may not exceed ten years. Contractors are mandated to submit reports and deliverables according to individual task orders, ensuring compliance with Section 508 of the Rehabilitation Act. Each report must reference the contract and task order numbers. The document serves to inform potential contractors about essential contractual obligations, performance timelines, and reporting standards, critical for facilitating effective government procurement and ensuring adherence to legal and regulatory requirements.
    This government document outlines the contract administration data relevant to federal contracts, particularly those involving the Department of Health and Human Services (HHS). Key sections cover various essential components: - **Accounting and Appropriation Data**: Details on how funding will be determined on a task order level, emphasizing that data is to be determined (TBD) at issuance. - **Indirect Cost Rates**: Specific requirements for contractors regarding provisional billing rates and final indirect cost rates, including necessary proposals and submissions to various HHS bodies. - **Payment Procedures**: Stipulations concerning the preparation and submission of invoices, including unique identifiers and detailed documentation required for reimbursement. - **Contractor Performance Evaluations**: Establishment of how contractors are assessed based on their performance, including the use of the Contractor Performance Assessment Reporting System (CPARS). The document emphasizes compliance with various regulations (FAR and HHSAR) and requires contractors to maintain adequate accounting systems and ensure proper reporting in accordance with contract terms. Overall, the document serves as essential guidance for contractors to navigate their responsibilities effectively while adhering to federal regulations.
    This government document outlines critical contract requirements, focusing on special contract stipulations related to personnel and information security for contractors involved with the Centers for Medicare & Medicaid Services (CMS). It emphasizes the importance of key personnel, requiring contractors to notify CMS before diverting key staff and to provide necessary justifications. A robust conflict of interest program is mandated, identifying various types of conflicts and requiring oversight and mitigation plans. Furthermore, it delineates strict protocols for information security, especially regarding protected health information (PHI) under HIPAA. Contractors must establish safeguards to protect CMS data and report any breaches swiftly. The document incorporates compliance with federal security standards, requiring background checks and identity verification for personnel access to CMS facilities. Overall, the file serves as a comprehensive guide to ensure contractors adhere to stringent federal regulations, thereby protecting both the integrity of the healthcare systems and the confidentiality of sensitive information, reflecting the government's commitment to oversight and responsible contract management.
    The document outlines a comprehensive set of contract clauses relevant to federal government contracts, specifically focusing on procurement regulations. It includes various Federal Acquisition Regulation (FAR) clauses, the Health and Human Services Acquisition Regulations (HHSAR), and specific requirements related to ethics, compliance, and subcontractor management. Key topics include definitions of terms, duties regarding gratuities, anti-kickback procedures, limitations on subcontractor sales, conflict of interest prevention, and whistleblower protections. Additional sections focus on security requirements for contractor personnel, guidelines for electronic and information technology accessibility per Section 508, and stipulations about ordering procedures and limitations within the contracts. There are also provisions detailing the treatment of confidential information, particularly concerning data privacy under the Privacy Act. Importantly, the document emphasizes contractor responsibilities for data and system security, including compliance with FedRAMP standards for cloud-based services. This record serves as a critical reference for organizations seeking government contracts, clarifying obligations and expectations to ensure regulatory compliance and ethical conduct in services provided to the government.
    This document outlines the list of attachments relevant to a government Request for Proposal (RFP) or grant application, highlighting critical components needed for compliance and evaluation. Key items include a Small Business Subcontracting Plan (J.1), Consent to Subcontract (J.2), and a Question Submission Template (J.3) to facilitate communication during the proposal process. Additional essential documents encompass a Past Performance Questionnaire (J.4) for assessing bidders' previous projects, background information for the Statement of Work (J.5), and requirements related to Contractor Business Ethics and Conflict of Interest (J.6). Furthermore, personal conflicts of interest must be disclosed (J.7), alongside two estimates at completion for different contract types (J.8). This structured approach ensures that all bidders comply with ethical standards, organizational policies, and provide relevant background information to enable fair evaluation and awarding of contracts. The comprehensive attachment list serves as a guide for potential contractors, ensuring transparency and adherence to federal guidelines in the RFP process.
    The document outlines the representations, certifications, and other statements required from offerors and quoters in response to a federal Request for Proposals (RFP). It mandates that the offeror’s authorized individual signs the documents, certifying the truthfulness of the representations to avoid legal consequences. The RFP contains incorporated solicitation provisions, including regulations concerning federal contract compliance, such as disclosing payments to influence federal transactions and adherence to veterans' employment reporting requirements. The document defines eligibility under specific government programs, including small business classifications, and mandates financial disclosures, such as sales history and employee counts. Additionally, it requires contractors to report any responsibility matters, including past convictions or unpaid taxes. This document serves as a comprehensive guideline for prospective contractors, detailing their obligations and the processes to ensure compliance with federal regulations, reflecting the government's commitment to transparency and accountability in its contracting practices.
    This document outlines the instructions, conditions, and notices relevant to the Request for Proposals (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract issued by the Centers for Medicare & Medicaid Services (CMS). It integrates Federal Acquisition Regulation (FAR) and Department of Health and Human Services Acquisition Regulation (HHSAR) clauses by reference. Key details include the type of contract, which allows for multiple awards with varied pricing arrangements and specifies the North American Industry Classification System (NAICS) code as 541720 with a small business size standard of $28 million. Offerors are required to submit proposals consisting of a technical proposal, a business proposal, and other administrative data by specific deadlines. Moreover, compliance with electronic and information technology accessibility standards under Section 508 is emphasized. The proposal instructions detail organization and submission guidelines, including required documentation and evaluation criteria for past performance and proposed staffing. The importance of meeting these requirements is underlined, as non-compliance may lead to ineligibility for contract award. The document highlights the evaluation process, encouraging collaboration and clear communication among all parties involved to enhance service delivery in federal healthcare programs.
    This document outlines the evaluation factors and procedures for awarding contracts under a federal solicitation for Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The Government will employ a best value continuum approach, prioritizing evaluation factors other than cost or price, according to FAR guidelines. Proposals will be evaluated on their technical approach, personnel skill mix, management plan, and past performance. Key ratings defined range from "Excellent" to "Unacceptable," based on the likelihood of meeting project objectives. The offerors are expected to provide comprehensive information to avoid technical rejection during evaluation. The Government anticipates awarding multiple IDIQ contracts based on the quality of proposals, with a focus on past performance in relevant contracts. Cost evaluation considers labor categories and rates, although it is secondary to the quality of non-cost factors. Additionally, conflict of interest reviews will be conducted to ensure compliance with ethical standards. This framework enables the Government to select contractors who can deliver high-quality services while managing costs effectively and ethically.
    The document addresses the status update for Notice ID #75FCMC25RJ018, related to the Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 IDIQ contract by the Centers for Medicare & Medicaid Services (CMS). It informs potential offerors about Amendment 0002 and clarifies issues with posted documents not displaying tracked changes. The primary purpose of the RMADA contract is to provide analytical support for innovative care delivery models under the Affordable Care Act, focusing on reducing expenditures while maintaining or improving care quality across Medicare, Medicaid, and CHIP. The document outlines contract structure, including a minimum order amount of $1,500 and a maximum ceiling of $3.5 billion. It emphasizes collaboration with CMS for comprehensive data analysis and research tasks, but explicitly states that it will not be used for information technology system development. Key responsibilities of the contractor include data analysis, stakeholder engagement, preparation of educational materials, and supporting model evaluations through evidence-based practices. The contract also necessitates compliance with CMS data security regulations and engagement with third-party contractors for data aggregation and translational initiative efforts.
    Lifecycle
    Similar Opportunities
    Master Data Management (MDM) & Enterprise Data Lake (EDL)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Medicare and Medicaid Services (CMS), is seeking to award a sole source task order for Master Data Management (MDM) and Enterprise Data Lake (EDL) services. This procurement aims to establish a bridge contract that will ensure the continuity of these critical services, which are essential for managing and analyzing healthcare data effectively. The contract will be executed in Windsor Mill, Maryland, and is justified under the exception to fair opportunity as outlined in FAR 16.505(b)(2)(i)(C). For further inquiries, interested parties may contact Dawn Wilkins at dawn.wilkins@cms.hhs.gov or by phone at 410-786-4588, or Allisan Hafner at allisan.hafner@cms.hhs.gov or 410-786-5147.
    Maintenance of the Groupers
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Medicare and Medicaid Services (CMS), intends to award a sole source contract to Solventum Health Information Systems Inc. for the maintenance and enhancement of critical healthcare payment systems, including the Medicare Severity Diagnosis Related Group (MS-DRG) and Medicare Code Editor (MCE). This contract is essential for ensuring accurate Medicare claims processing and compliance with legislative mandates, leveraging Solventum's unique expertise developed over nearly two decades of service to CMS. The contract will consist of a 12-month base period with four additional 12-month option years, and interested parties may submit capability statements demonstrating relevant qualifications by January 5, 2026, to the primary contact, Rachel Johnson, at rachel.johnson@cms.hhs.gov.
    Experian Remote Identity Proofing (RIDP) Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Medicare & Medicaid Services (CMS), intends to award a sole-source contract to Experian Information Solutions, Inc. for Remote Identity Proofing (RIDP) Services. This procurement aims to ensure continuity of operations by utilizing Experian's proprietary RIDP services, which are already integrated into CMS systems and are essential for identity management and credentialing processes. The services will include various functionalities such as Identity Assurance Level 2 (IAL2) and Level of Assurance 3 (LOA3) proofing, Social Security Number verification, and support for Spanish and Limited English Proficiency users. Interested parties may submit capability statements by December 17, 2025, with a formal Request for Proposal anticipated in December 2025 and an award expected in February 2026. For further inquiries, contact Jeremy Garvin at jeremy.garvin@cms.hhs.gov or Benjamin Peter at benjamin.peter@cms.hhs.gov.
    Defense Health Agency Data Governance Transforming the Data Landscape: A Strategic Imperative for Modern Healthcare in Support of Military Readiness
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking proposals from qualified small businesses to provide contractor support for advancing enterprise data readiness and governance within the Military Health System. The primary objectives include developing a comprehensive baseline data inventory, establishing a centralized metadata repository, conducting an Analysis of Alternatives for an enterprise data catalog, and implementing automated metadata harvesting tools to enhance data accessibility and usability. This initiative is crucial for improving decision-making and operational efficiency in military healthcare, with a total contract value of $34 million and a performance period from January 30, 2026, to January 29, 2027, with options for additional 12-month periods. Interested parties should direct inquiries to Linda M. Walker or Andrea V. Rivas via email, and proposals must be submitted electronically by January 9, 2026.
    Identify as a Service (IDaas) License Subscriptions (Okta Licenses)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Medicare and Medicaid Services (CMS), is seeking to procure Okta-brand subscriptions for an identity management-as-a-service (IDaaS) solution. This procurement is being conducted as a sole source task order under the exception to fair opportunity described at FAR 8.405-6(b), aimed at acquiring a FedRAMP-accredited service that has already been implemented at CMS as part of its enterprise shared services called Identity Management (IDM). The IDaaS solution is critical for managing identities securely and efficiently within the CMS framework. For further inquiries, interested parties can contact Dawn Wilkins at dawn.wilkins@cms.hhs.gov or by phone at 410-786-4588, or Carrie Vien at carrie.vien@cms.hhs.gov or 410-786-8068.
    Healthcare Facility Planning, Evaluation, Research
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking sources for Healthcare Facility Planning, Evaluation, Research, and Advisory Services to support the Department of Health and Human Services (HHS), specifically the Indian Health Service (IHS) Office of Environmental Health and Engineering (OEHE). The procurement aims to enhance healthcare delivery for American Indians and Alaskan Natives by modernizing IHS facilities and planning processes, which includes developing planning documents, updating Health Services and Facility Master Plans, and providing advisory reviews. This opportunity is anticipated to result in a Firm-Fixed-Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract valued at approximately $30 million, with a five-year ordering period starting in Fiscal Year 2026. Interested firms must complete the attached Excel document and submit it to Robert Brewer at robertbrewer@ibc.doi.gov by the specified deadline.
    R--RADx Award Management
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking sources for the RADx Award Management through a Special Notice. This procurement aims to identify qualified entities that can provide management consulting services related to the RADx initiative, which is crucial for enhancing COVID-19 testing capabilities and supporting public health efforts. Interested parties are encouraged to reach out to Melanie D. Suarez at melanie.suarez@nih.gov or call +1 301 827 7558 for further information regarding this opportunity. The notice emphasizes the importance of professional program management and support services in achieving the objectives of the RADx program.
    Health Care Quality Information Systems (HCQIS) Infrastructure and Data Center Support (HIDS) Bridge
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Medicare and Medicaid Services, is seeking a contractor for the Health Care Quality Information Systems (HCQIS) Infrastructure and Data Center Support (HIDS) Bridge project. This procurement will be conducted on a sole source basis, justified by the unique and highly specialized nature of the services required, which are critical for maintaining the quality and integrity of health care data systems. The services will be performed in Columbus, Ohio, and are essential for ensuring the effective operation of health care quality information systems. Interested parties can reach out to Sabrina Thompson at sabrina.thompson1@cms.hhs.gov or by phone at 410-786-3242 for further details.
    JOFOC - Training, Quality Assurance and Content Development (TQC) Bridge Contract
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Medicare and Medicaid Services (CMS), has awarded a Bridge Contract for Training, Quality Assurance, and Content Development (TQC) services to HighPoint Digital, Inc. This contract is essential to ensure the continuity of critical support services for customer service representatives (CSRs) addressing Medicare and Marketplace inquiries during the transition to a new contract, which is expected to take approximately six months. The TQC services are vital for maintaining the accuracy and consistency of training and content materials used by CSRs. The Bridge Contract commenced on January 31, 2023, with a six-month base period and options for two additional periods of four and two months. For further inquiries, interested parties can contact Ryan Kaufman at ryan.kaufman1@cms.hhs.gov or Deborah S. Lester at deborah.lester@cms.hhs.gov.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a software license for Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Service (SaaS) to support the construction of new healthcare facilities. The objective is to replace outdated spreadsheet-based methods that have resulted in cost overruns and project delays, with a web-based solution that includes features such as real-time updates, API connectivity, and compliance with federal regulations. Proposals are due by December 26, 2025, at 3:00 pm EST, and must be submitted via email to Colleen Henry at colleen.henry@ihs.gov, with evaluations based on price and compliance with specified terms and conditions.