ClaimsCore Combined Synopsis/Solicitation
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Centers for Medicare & Medicaid Services (CMS) has issued a Combined Synopsis/Solicitation (RFP 75FCMC26R0022) for ClaimsCore, seeking to re-platform its Medicare Fee-for-Service (FFS) claims processing. This initiative aims to replace legacy "Shared Systems" with a flexible, interoperable Software as a Service (SaaS) Commercially-Available-Off-The-Shelf (COTS) product and associated services. Phase One proposals are due March 13, 2026.
Purpose & Scope
The ClaimsCore program will replace outdated systems like the Multi-Carrier System (MCS), Fiscal Intermediary Shared System (FISS), Durable Medical Equipment Claims System (DME), and the Common Working File (CWF). The goal is to reduce administrative burden, improve the beneficiary experience, enhance policy agility, and strengthen fraud prevention capabilities through near real-time adjudication and claims status. The scope includes integrating with existing Medicare Administrative Contractor (MAC) tools and supporting the end-to-end claim lifecycle. A challenge-based acquisition process includes a Proof of Concept (PoC) phase (May 5, 2026, to November 4, 2026) to assess vendor solutions.
Contract Details
This is a Firm Fixed-Price (FFP) contract with a base period from May 2026 to November 2026, followed by seven option periods extending through November 2033. The Government anticipates making up to four (4) awards. Pricing for CLINs 0004, 0006, 0008, 0010, 0012, and 0014 will be subject to an annual prospective price adjustment ("True-Up") based on beneficiary quantities or claims volume, with offerors able to propose either Per Member Per Month (PMPM) or Per Claim pricing.
Set-Aside
This acquisition is Unrestricted and is not set-aside for small business concerns. A Small Business Subcontracting Plan will be required with Phase 2 proposals.
Submission & Evaluation
Offerors must submit Phase One proposals via email by March 13, 2026, 11:00 am ET. Questions regarding the solicitation are due by March 6, 2026, 11:00 am ET. Proposals will undergo a two-phase evaluation process using a tradeoff approach to determine Best Value, with non-price factors being significantly more important than cost or price. Key evaluation factors, in descending order of importance, are: Corporate Experience (Mission Focused), Performance Work Statement (PWS) & Quality Assurance Surveillance Plan (QASP), and Past Performance. Compliance with Conflict of Interest (COI) and Section 508 VPAT submissions will also be evaluated. The Government may award without discussions. Proposal formatting requirements include Microsoft Office or Adobe Acrobat compatibility, letter-sized pages, 12-point font, and email attachments under 25MB. PWS is limited to 20 pages (excluding QASP), and QASP to 5 pages.
Key Amendments
Amendment 0001 provides responses to RFP questions, an Amended Solicitation, an Amended Statement of Objectives (Attachment 1), Amended Instructions to Offerors (Attachment 3), and an Amended Beneficiary Quantities and Unit Pricing (Attachment 6). It also clarifies the "True Up Clause" for pricing adjustments and removes clause 52.217-5 RFO.