ENTERPRISE HEALTH UNIT SERVICES
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 Homeland Security (DHS) Federal Law Enforcement Training Centers (FLETC) has issued a Request for Proposal (RFP) for Enterprise Health Unit Services (EHUS). This opportunity seeks a Woman-Owned Small Business (WOSB) to provide comprehensive health services across four Training Delivery Points (TDPs): Glynco, Georgia; Artesia, New Mexico; Charleston, South Carolina; and Cheltenham, Maryland. The anticipated contract is a single award, fixed-price, Requirements type, with Task Orders for each site. Proposals are due June 4, 2026, at 12:30 PM ET.
Scope of Work
The contractor will be responsible for staffing, billing, scheduling, medical records management, and utilizing government-provided medical equipment. Services encompass student health screenings, occupational injury care, urgent care, examinations, Medical Surveillance Program (MSP) testing, and emergency care for students, staff, contractors, and visitors. This includes project management, basic health services, provision of medicines (based on a detailed formulary), lab work, X-rays, equipment calibrations, and miscellaneous supplies. The contract also includes provisions for surge requirements and a one-month phase-in period. Historical health unit statistics and medication inventories are provided to inform bidders on the scope and volume of services.
Contract Details
- Solicitation Number: 70LGLY26RGLB00005
- Contract Type: Firm Fixed Price (FFP) Requirements Contract
- Set-Aside: Competitive Woman-Owned Small Business (WOSB)
- NAICS Code: 621999 (All other Miscellaneous Ambulatory Health Care Services) with a $20.5 million small business standard.
- Product/Service Code: R499 (Support – Professional: Other)
- Period of Performance: One 12-month base period (including a 30-day phase-in) and four 12-month option periods. The ordering period, if all options are exercised, runs from July 1, 2026, through June 30, 2031.
- Maximum Ceiling: $150 million.
- Incumbent Contractor: Kadiak LLC (Contract 70LGLY21CGLB00003).
- Applicable Regulations: Federal Acquisition Circular 2026-01, FAR Provisions 52.212-1, 52.212-2, and FAR Clause 52.212-4. The Service Contract Act is applicable, with specific Wage Determinations provided for relevant locations.
Submission & Evaluation
- Proposal Due Date: June 4, 2026, 12:30 PM Eastern Time.
- Questions Due Date: May 15, 2026, 12:30 PM Eastern Time, via email to sheryle.wood@fletc.dhs.gov.
- Submission Method: Electronic submission via email to sheryle.wood@fletc.dhs.gov.
- Evaluation Factors: Proposals will be evaluated on a Best Value basis considering:
- Technical and Management Approach (most important)
- Prior Experience
- Past Performance
- Price (Factors 1, 2, and 3 combined are approximately equal to Factor 4).
- Key Documents for Bidders: The Performance Requirements Summary (PRS) and Quality Assurance Surveillance Plan (QASP) detail performance standards and evaluation methods. A detailed pricing table template and a list of required deliverables are also provided.
Important Notes
Funds are not currently available, and no award will be made until funds are secured. The Government reserves the right to cancel this solicitation without obligation to reimburse offerors. Site visits will not be conducted; health unit buildings are defined in the Performance Work Statement (PWS).