ClaimsCore Combined Synopsis/Solicitation

SOL #: 75FCMC26R0022Combined Synopsis/Solicitation

Overview

Buyer

Health And Human Services
Centers For Medicare And Medicaid Services
OFC OF ACQUISITION AND GRANTS MGMT
BALTIMORE, MD, 21244, United States

Place of Performance

St James, MD

NAICS

Computer Systems Design Services (541512)

PSC

Support Services For Activities Involved With Application Development And Support To Include Analysis, Design, Development, Coding, Testing, And Release Packaging, As Well As Support Of Off The Shelf Business Applications. (DA01)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 27, 2026
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Mar 13, 2026, 3:00 PM

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The ClaimsCore program will replace outdated systems like the Multi-Carrier System (MCS), Fiscal Intermediary Shared System (FISS), Durable Medical Equipment Claims System (DME), and the Common Working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.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Mar 11, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Mar 10, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 9, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Feb 27, 2026
View