Employment Physicals 2026-2031
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 Air Force is soliciting proposals for Employment Physicals for federally employed civilians at Grissom Air Reserve Base (GARB), Indiana, for the period of 2026-2031. This is a Full & Open Competition for a single or multiple award Blanket Purchase Agreement (BPA). Proposals are due by January 26, 2026.
Scope of Work
Contractors will provide comprehensive employment physical examinations and related testing for GARB personnel. Services include pre-employment, periodic, fitness-for-duty, occupational annual exams, post-exposure evaluations, termination, and overseas employment physicals. Specific requirements cover Firefighters and Police Officers, adhering to standards like NFPA, TIG 1582, OSHA, DoD, and Air Force regulations, including DoD Manual 6055.05. Examinations must determine medical qualification for federal employment. The contractor must be located within the area from Grissom ARB to Indianapolis, Fort Wayne, South Bend, or Lafayette, Indiana, and operate Monday-Friday, 0730-1600. A Board Certified Occupational Health Physician is required, and audiograms must be performed by a CAOHC-certified technician.
Contract Details
This acquisition is structured as a Firm Fixed-Price Blanket Purchase Agreement with an estimated award amount of $16,000,000.00. The contract period spans FY 2026-2031, including a base period and multiple option years. The NAICS Code is 621111 (Offices of Physicians, Except Mental Health Specialists) with a size standard of $16M. The contract is subject to the Service Contract Labor Standards (Wage Determination 2015-4809). No foreign participation is allowed.
Submission & Evaluation
Proposals are due by Monday, January 26, 2026, at 16:00 hours EST. Questions must be submitted by January 5, 2026. Offers will be evaluated using Lowest Price Technically Acceptable (LPTA) procedures. Evaluation factors include Technical Capability (demonstrating ability to meet all Statement of Work requirements, including environmental, financial resources, schedules, performance history, and technical equipment/facilities) and Price. Proposals must be submitted electronically in PDF format to Makinsey.Fields@us.af.mil and Jarred.Gentile.1@us.af.mil, following the four-volume structure detailed in Section L.
Key Requirements & Compliance
All contractors must be registered in SAM.gov. Compliance with DFARS 252.204-7012, 7019, and 7020 is mandatory, requiring implementation of NIST SP 800-171 cybersecurity requirements and documentation of assessment results in the Supplier Performance Risk System (SPRS). A Plan of Actions & Milestones (POA&M) is necessary if a perfect score is not achieved. Teaming agreements are permitted and must be submitted with the proposal if applicable.