DOI Wellness Center Operations
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 the Interior (DOI), Office of Facilities and Administrative Services (OFAS), is seeking proposals for Udall Wellness Center Operations. This Request for Quote (RFQ) 140D0426Q0355 is for a Firm Fixed-Price (FFP) contract to provide a Nurse Manager and supplemental nursing services. This acquisition is a Total Small Business Set-Aside. Quotes are due by May 8, 2026, at 11 AM ET.
Scope of Work
The contractor will provide comprehensive ambulatory nursing services, including acute and chronic care, and address workplace health-related needs at the DOI's Udall Wellness Center. Key services include:
- Managing day-to-day operations of the Wellness Center.
- Delivering health and wellness programs (webinars, screenings, blood drives, health fairs, First Aid/CPR classes).
- Providing nursing support for special events (e.g., July 4th, Secretarial events).
- Managing the annual flu vaccine campaign and dispensing medications.
- Maintaining confidential employee health records in compliance with HIPAA and DOI policies.
- Overseeing the Automated External Defibrillator (AED) program and coordinating training.
Contract Details
- Contract Type: Firm Fixed-Price (FFP)
- Period of Performance: A base year (June 3, 2026 – June 2, 2027) plus four one-year option periods, and an optional 6-month extension (through December 2, 2031).
- Place of Performance: The Stewart Lee Udall Building, 1849 C St NW, Washington, DC 20240.
- NAICS Code: 621999 (All Other Miscellaneous Ambulatory Health Care Services) with a $20.5M size standard.
- PSC: Q401 (Medical-Nursing).
Eligibility & Evaluation
This is a Total Small Business Set-Aside. Award will be based on a Best Value – Tradeoff approach, where non-price factors (Technical Capability and Past Performance) are more important than price. Technical proposals must receive a minimum rating of acceptable. Offerors must be registered in SAM.gov.
Key Dates & Submission
- Questions Due: April 20, 2026, by 10 AM ET. Submit via email to Nicholas_Lewicki@ibc.doi.gov with the subject "Questions – RFQ # 140D0426Q0355".
- Quotes Due: May 8, 2026, by 11 AM ET. Submit via email to Nicholas_Lewicki@ibc.doi.gov with the subject "Quote for RFQ 140D0426Q0355".
- Quote Format: Must be submitted in three separate volumes: General, Technical Capability, Past Performance, and Price.
Additional Notes
A Wage Determination (Attachment 2) is provided, outlining minimum wage rates and fringe benefits for the District of Columbia, Maryland, and Virginia, which bidders must consider for labor costs. The full text of incorporated FAR and DIAR provisions and clauses can be accessed at www.acquisition.gov.