Comprehensive Medical Services - FCI Sheridan
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 Department of Justice, Bureau of Prisons (BOP), specifically the Federal Correctional Institution (FCI) Sheridan, OR, has issued a Justification for Other Than Full and Open Competition (JOFOC) for Comprehensive Medical Services (CMS). This JOFOC outlines the agency's intent to award a sole-source contract to the incumbent provider for an interim period to ensure uninterrupted inmate care.
Scope of Work
The required services encompass comprehensive medical, dental, and mental health care for inmates at FCI Sheridan. This includes both inpatient and outpatient services, as well as referrals to community-based providers. The services are categorized under Product Service Code Q201 (Medical Managed Healthcare).
Contract & Timeline
- Type: Justification for Other Than Full and Open Competition (JOFOC)
- Period of Performance: May 1, 2026, through July 31, 2026
- Estimated Cost: $810,410.04
- Set-Aside: None (Sole Source Justification)
- Published Date: April 30, 2026
Justification & Future Plans
The JOFOC justifies the sole-source award to the incumbent contractor, Integrated Medical Services (IMS), citing their unique qualifications, established network, prior experience, and completed credentialing/background clearances. This approach is deemed necessary to prevent serious injury, financial loss, or other significant harm to the Government by ensuring seamless service delivery without interruption, as transitioning to a new provider would require substantial lead time for security clearances and setup. IMS has agreed to continue services at fair and reasonable rates consistent with their previous contract.
The Field Acquisition Office (FAO) is actively pursuing a competitive award for a new, long-term CMS contract, which will be publicly advertised. This interim contract allows for continuity of care while a competitive procurement is underway.
Contact Information
For inquiries, contact Gene Rojas at gxrojas@bop.gov or 209-956-9760.