Consumable Medical Supplies (CMS)
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 Emergency Management Agency (FEMA), under the Department of Homeland Security, is soliciting proposals for Consumable Medical Supplies (CMS). This Total Small Business Set-Aside opportunity seeks contractors to assemble and deliver CMS kits and individual medical supplies for both steady-state stock replenishment and emergency response/surge operations within the Continental United States (CONUS) and Outside the Continental United States (OCONUS). The government intends to award multiple Indefinite Delivery-Indefinite Quantity (IDIQ) contracts. Proposals are due March 24, 2026, at 12:00 PM EST.
Scope of Work
The contractor will be responsible for:
- Assembling and delivering complete CMS kits (CLIN-0001) and/or individual Consumable Medical Supplies (CLINs 0002-0109).
- Replenishing perishable and non-perishable items within CMS kits stored at FEMA Distribution Centers during steady-state operations.
- Delivering kits or ala carte orders during emergency response/surge operations to various locations including Incident Support Bases, Federal Staging Areas, Points of Distribution, and shelters across CONUS and OCONUS.
- Adhering to performance standards including 45-day delivery for steady-state kits, 30 days for replenishment components, and 48-hour delivery for emergency response. A minimum shelf life of 13 months is required for applicable items, along with a tracking system for real-time visibility and specific packaging requirements.
Contract Details
- Contract Type: Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ) with Firm-Fixed-Price (FFP) Contract Line Item Numbers (CLINs).
- Period of Performance: One (1) base year with four (4) one-year option periods, spanning from June 22, 2026, to June 21, 2031.
- Estimated Value: Minimum contract value of $9,169.00 (for 1 CMS Kit) and a maximum of $4,444,000.00 across all awarded CMS Kit contracts.
- Set-Aside: 100% Small Business Set-Aside.
- NAICS Code: 339113, with a size standard of 800 employees.
Submission & Evaluation
- Questions Due: March 3, 2026, 12:00 PM EST.
- Proposals Due: March 24, 2026, 12:00 PM EST.
- Proposal Format: Electronic submission, not exceeding 21 pages (excluding cover/TOC). Technical Proposals (Volume I: 12 pages, Volume II: 9 pages) and a separate Price Proposal are required.
- Evaluation Factors: Proposals will be evaluated based on Factor 1 – Technical Approach (most important), Factor 2 – Past Performance, and Factor 3 – Price. Technical factors combined are significantly more important than price. Offerors must ensure past clients are prepared to complete the provided Past Performance Questionnaire (PPQ).
Additional Notes
Offerors must be registered in SAM.gov. The solicitation includes a detailed pricing template (Attachment 2) for all CLINs across the base and option years, which bidders must use to formulate their price proposals.