Fitness for Duty / Independent Medical Examinations
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 Transportation Security Administration (TSA) is conducting market research through a Sources Sought notice for Fitness for Duty / Independent Medical Examinations (IMEs). This RFI aims to identify qualified sources capable of providing medical and psychological evaluations for TSA employees. Responses are due by February 10, 2026, at 12 p.m. ET.
Purpose
This Sources Sought is a Request for Information (RFI) to gather details on: (1) the availability and capability of qualified sources, (2) business size and status (large or small), (3) size classification relative to the NAICS code Q201 (Medical Managed Healthcare), and (4) the availability of federal supply schedules. The information will inform TSA's acquisition strategy. This is not a Request for Proposal (RFP) or Request for Quote (RFQ).
Scope of Work
TSA requires medical and psychological examinations consistent with TSA medical guidelines. These IMEs will assess an employee’s history, past medical treatment records, and current mental and physical status to determine medical qualification or suitability for their position. The services include scheduling, nursing support, and comprehensive reports. Specialists such as Orthopedics, Internal Medicine, Cardiology, Neurology, Ophthalmology, Psychology, General Psychiatry, or Physical Therapists for Functional Capacity Evaluations may be required. TSA will provide all necessary medical records to the contractor.
Response Requirements
Interested vendors must respond by providing answers to questions using the Attachment 2 Q&A document. Key information requested includes:
- Company details (name, address, UEI, POC, business size, relevant contracts).
- A 2-page capabilities statement addressing nationwide coverage and experience in FFD/IME.
- Recommended labor categories and minimum qualifications.
- A Rough Order of Magnitude (ROM) cost estimate (per examination, per hour, or total).
- Advice on fixed unit price (FUP) contracts and a ROM for unit price per examination, noting the government's preference for Firm-Fixed Pricing.
- Questions or suggestions regarding the draft Statement of Work (Attachment 1).
- Recommendations for technical evaluation factors.
- Expected scheduling timeframe for examinations. Answers to questions shall not exceed seven (7) pages, including the 2-page limit for the capabilities statement.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Product Service Code: Q201 (Medical Managed Healthcare)
- Set-Aside: None specified
- Response Due: February 10, 2026, 12 p.m. ET
- Published: January 26, 2026
Submission Instructions
Email the completed Q&A document to Jason.Richards@tsa.dhs.gov and Patricia.Klimowicz@tsa.dhs.gov. The subject line must state the RFI number: "70T01026I7663N001".