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 and Medicaid Services (CMS), under the Department of Health and Human Services, is seeking proposals for its ClaimsCore program to re-platform Medicare Fee-for-Service (FFS) claims processing. This initiative aims to replace legacy "Shared Systems" (Multi-Carrier System, Fiscal Intermediary Shared System, Durable Medical Equipment Claims System) and the Common Working File with a flexible, interoperable Software as a Service (SaaS) Commercially-Available-Off-The-Shelf (COTS) product and complementary configuration and integration services. The goal is to achieve near real-time adjudication, improve fraud prevention, and enhance the beneficiary experience. Phase One proposals are due by March 13, 2026, at 11:00 am ET.

Scope of Work

The ClaimsCore program will modernize core claims processing systems, ensuring uninterrupted Medicare operations. Key objectives include:

  • System Replacement: Retire legacy COBOL mainframe systems, reducing obsolescence risk.
  • Beneficiary & Provider Experience: Provide faster claims status, improved transparency, and reduced administrative burden.
  • Payment Integrity: Enhance fraud, waste, and abuse detection through real-time risk scoring.
  • Policy Agility: Enable faster implementation and testing of new payment models.
  • Operational Efficiency: Improve data access, reporting, and analytics. The scope involves integrating with existing Medicare Administrative Contractor (MAC) tools and supporting the end-to-end claim lifecycle.

Contract & Timeline

  • Type: Combined Synopsis/Solicitation, Request for Proposal (RFP) for commercial products/services. Firm Fixed Price (FFP) contract.
  • Duration: Base period from May 2026 to November 2026, with seven option periods extending through November 2033.
  • Set-Aside: This acquisition is not set-aside for small business concerns (UNRESTRICTED).
  • Product/Service Code: DA01 - Support Services for Application Development and Support.
  • Place of Performance: St James, MD (Agency location).
  • Questions Due: March 6, 2026, 11:00 am ET.
  • Phase One Proposals Due: March 13, 2026, 11:00 am ET.
  • Published Date: March 10, 2026 (latest amendment).

Evaluation

Proposals will undergo a two-phase evaluation process using a Best Value tradeoff. Non-price factors, including Corporate Experience (Mission Focused), Performance Work Statement (PWS) & Quality Assurance Surveillance Plan (QASP), and Past Performance, are significantly more important than cost or price. Conflict of Interest (COI) and Section 508 VPAT submissions will be evaluated for compliance. The Government estimates up to four (4) awards and may award without discussions.

Additional Notes

Offerors must submit proposals electronically via email. Specific formatting requirements apply, including page limits for various volumes (e.g., PWS not to exceed 20 pages, QASP 5 pages). Contractor Teaming Agreements (CTAs) must be clearly indicated. The contract includes a "True-Up Clause" for annual prospective price adjustments on specific CLINs (0004, 0006, 0008, 0010, 0012, 0014) based on beneficiary quantities or claims volume.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

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