COMPREHENSIVE MEDICAL SERVICES - FCI OXFORD
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 Federal Bureau of Prisons (BOP), under the Department of Justice, is soliciting proposals for Comprehensive Medical Services at FCI Oxford, Wisconsin. This acquisition seeks to award an indefinite delivery/requirements type contract with firm-fixed unit prices to provide necessary professional and facility services for the inmate population. This opportunity is not set-aside for small business concerns. Proposals are due April 10, 2026.
Scope of Work
The contractor will provide comprehensive medical services, including both inpatient and outpatient facility services, and professional services. Key responsibilities include:
- Managing medical records to ensure continuity of care while adhering to information release restrictions.
- Submitting properly-priced invoices.
- Maintaining open communication with the facility and government.
- Adhering to community standards, federal, state, and local laws.
- Ensuring providers are not on the List of Excluded Individuals/Entities (LEIE). The Performance Work Statement (PWS) details specific outputs and requirements for these services.
Contract Details
- Contract Type: Indefinite delivery/requirements type contract with firm-fixed unit prices.
- Period of Performance: A 12-month base period, followed by four 12-month option periods, and an optional 6-month extension.
- NAICS Code: 622110 (Medical Managed Healthcare)
- Size Standard: $47 Million
Submission & Evaluation
Proposals must be submitted electronically via email to ldthomas@bop.gov and BOP-ADM-FAO-CMS-S@bop.gov in PDF format. The deadline for submissions is April 10, 2026, as specified in Block 9 of the SF-33. Proposals should be organized into three volumes: Technical, Past Performance, and Business.
Evaluation factors include Price, Technical approach, and Past Performance. Non-price factors, when combined, are approximately equal to price. Technical evaluation will assess the offeror's approach to medical care, cost mitigation, and security risk management. Past performance will be judged on relevancy, quality, timeliness, management, small business utilization, and regulatory compliance. Price proposals will be evaluated for the lowest price to the Government, utilizing a methodology based on Medicare rates.
Eligibility / Set-Aside
This acquisition is not set-aside for small business concerns. Offerors must be registered in the System for Award Management (SAM) database. A HUBZone preference is noted in Section L of the solicitation.
Additional Notes
The solicitation package includes numerous attachments detailing the Performance Work Statement, pricing methodology, medical care level classifications, provider information requirements, and formulary information. Security and privacy requirements, including background investigations and data protection, are detailed. Organizational Conflict of Interest (OCI) provisions are also included, requiring offerors to address potential conflicts related to medical claims adjudication services.