Medical Support Services for CBP (including medical exams, fitness for duty, drug testing, and related services)

SOL #: 70B06C26R00000017Solicitation

Overview

Buyer

Homeland Security
Us Customs And Border Protection
MISSION SUPPORT CONTRACTING DIVISION
WASHINGTON, DC, 20229, United States

Place of Performance

Washington, DC

NAICS

Offices of All Other Miscellaneous Health Practitioners (621399)

PSC

Other Medical Services (Q999)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 17, 2026
2
Last Updated
Apr 29, 2026
3
Submission Deadline
May 5, 2026, 9:00 PM

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 U.S. Customs and Border Protection (CBP), Office of Human Resources Management, is soliciting proposals for comprehensive Medical Support Services. This Unrestricted opportunity, valued at an estimated $19.0 Million (with an IDIQ maximum of $400M-$600M), requires nationwide and international services for both employee and pre-employment medical needs. Phase I proposals are due May 5, 2026.

Scope of Work

The contractor will provide extensive medical support for CBP's National Programs Division (NPD) and Hiring Center (HC).

  • Employee Services (NPD): Includes fitness for duty evaluations, return to work reviews, medical documentation reviews, medical and psychiatric consultations, and administration of the Drug-Free Workplace Program (DFWP), encompassing drug testing and Medical Review Officer (MRO) services.
  • Pre-Employment Services (CBP HC): Covers pre-employment medical examinations, fitness testing (PFT-1), drug test specimen collection and analysis, and MRO services for candidates. Services are required nationwide and at select international locations, with a contractor network capable of providing services within a 60-mile radius of employee or candidate locations (exceptions for overseas and rural areas). The contract supports high-volume, time-sensitive processing, with historical annual volumes exceeding 40,000 pre-employment medical exams, 50,000 fitness tests, and 45,000 drug tests.

Contract Details

This is a Firm Fixed Unit Price, Indefinite Delivery/Indefinite Quantity (IDIQ) single-award contract with a 60-month period of performance (five 12-month ordering periods), tentatively from August 1, 2026, to July 31, 2031. The minimum order value is $500,000. Contractor personnel must undergo background investigations (likely Tier 4, high risk/public trust) and comply with stringent DHS/CBP security, privacy, and IT requirements, including a FedRAMP Moderate baseline for IT systems. The Government will have administrative access to the contractor-provided IT platform, and all data within the system will be Government-owned.

Proposal Submission & Evaluation

Proposals follow a two-phase process. Phase I requires a written technical/management approach, past performance, and prior experience questionnaire. Phase II involves an oral presentation, Small Business Utilization Plan, and cost/price proposal. Submissions must be electronic. Key personnel resumes and letters of commitment are required, with the Laboratory Director key personnel preferably exclusive to a single offeror. All offerors must submit a Small Business Utilization Plan, and large businesses require an Individual Subcontracting Plan. Evaluation factors, in descending order of importance, are: Technical & Management Approach, Oral Presentation, Prior Experience, Past Performance, Small Business Utilization & Mentor-Protégé Participation, and Price. Non-price factors combined are significantly more important than Price, and award will be made on a best value trade-off basis. Price realism will not be evaluated.

Key Dates & Contacts

Phase I proposals are due by May 5, 2026, 5 PM local time. A draft Quality Control Plan is required within 5 days of award. Primary contact is Shaun G. Saad (shaungalen.saad@cbp.dhs.gov, 202-425-1732). Secondary contact is Peter Giambone (peter.a.giambone@cbp.dhs.gov).

People

Points of Contact

Peter GiamboneSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6
Solicitation
Posted: Apr 29, 2026
View
Version 5Viewing
Solicitation
Posted: Apr 26, 2026
Version 4
Solicitation
Posted: Apr 22, 2026
View
Version 3
Solicitation
Posted: Apr 17, 2026
View
Version 2
Solicitation
Posted: Apr 1, 2026
View
Version 1
Solicitation
Posted: Feb 17, 2026
View