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 Federal Bureau of Prisons (BOP), under the Department of Justice, has issued a Justification for Other Than Full and Open Competition (JOFOC) for Comprehensive Medical Services at the Federal Correctional Institution (FCI) Sheridan, Oregon. This action justifies an interim, non-competitive award to Integrated Medical Services (IMS) to prevent service interruption while a new competitive contract is being pursued. The interim contract covers the period from May 1, 2026, through July 31, 2026, with an estimated total cost of $810,410.04.
Scope of Work
The requirement is for the continuation of community and institution-based comprehensive medical services for the inmate population at FCI Sheridan. This includes both inpatient and outpatient facility and physician services, as well as specialized outpatient institution services such as general surgery and optometry.
Contract & Timeline
- Type: Justification for Other Than Full and Open Competition (JOFOC)
- Period of Performance: May 1, 2026, through July 31, 2026
- Estimated Total Cost: $810,410.04
- Contract Vehicle: Interim contract utilizing firm-fixed-unit-price purchase orders at IMS's prior Medicare benchmark rates.
- Published Date: May 1, 2026
Evaluation
This document is a justification for awarding a contract to a single source, not a solicitation for proposals. The authority for this action is 41 U.S.C. § 3304(a)(1), which permits award to "Only One Responsible Source." IMS is identified as the only provider capable of ensuring seamless service delivery without interruption.
Eligibility / Set-Aside
Not applicable, as this is a justification for other than full and open competition.
Additional Notes
The Field Acquisition Office (FAO) is actively working towards a competitive award for a new Comprehensive Medical Services contract, which will be an indefinite delivery/requirements contract with Firm Fixed Unit Pricing. Market research indicates that vendors typically require significant lead time for proposals, service commencement, and security clearances. IMS, as the incumbent, is uniquely qualified to maintain uninterrupted services during this transition. The anticipated cost has been determined to be fair and reasonable based on current contract rates and historical prices. A notice will be publicized as required by FAR Part 5.