Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2025 SAM #8781
SOURCES SOUGHT

Q -- DHS Medical Services Strategic Sourcing Vehicle (SSV) for Persons in Custody (PIC) and Related Services

Notice Date
12/9/2025 12:16:49 PM
 
Notice Type
Sources Sought
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
CWMD ACQ DIV Washington DC 20528 USA
 
ZIP Code
20528
 
Solicitation Number
70RWMD26RFIP00002
 
Response Due
12/23/2025 2:00:00 PM
 
Archive Date
01/07/2026
 
Point of Contact
DHS OPO Industry Liaison
 
E-Mail Address
opoindustryliaison@hq.dhs.gov
(opoindustryliaison@hq.dhs.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
REQUEST FOR INFORMATION NUMBER 70RWMD26RFIP00002 Department of Homeland Security (DHS), Office of Health Security NOTE: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and market research planning purposes. This RFI shall not be construed as an obligation on the part of the Government. This is NOT a Request for Quotations or Proposals. The Government may or may not issue a formal solicitation as a result of the responses received to this RFI. The Government will not pay for any response or demonstration expenses. All costs incurred responding to this RFI will be solely at the interested party's expense. Failure to respond to this RFI will not preclude participation in any future solicitation. Any information received will become the property of the Government and will not be returned to the submitter. Interested parties are responsible for adequately marking proprietary or sensitive information. The Government�s explicit intent, in this request for information, is to not receive from respondents any proprietary data, trade secrets, business sensitive information, or information considered CONFIDENTIAL under 18 U.S.C. �1905. The Government�s constraint does not in any way relieve contractors from their responsibility to properly mark proprietary data when it is provided, nor does it alleviate any requirement for the Government to protect marked data. The Government is not obligated to protect unmarked data. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Federal Government and will not be returned. DESCRIPTION The Department of Homeland Security (DHS) takes a comprehensive approach to national security, public safety, and border security. Individuals encountered by the DHS workforce can present an array of individual health and public health concerns. The DHS Office of Health Security (OHS), led by the DHS Chief Medical Officer, is the principal medical, workforce health and safety, and public health authority for DHS. The OHS, in partnership with Components, implements a framework across all of its management functions and components that ensures appropriate and standardized care is provided for those in DHS custody and others encountered during DHS operations. OHS also supports an ever-expanding, dynamic, and complex health security landscape in support of DHS operational priorities through policy and operational support of medical services at the Department. This requires a multidisciplinary healthcare workforce that provides medical care to individuals in custody across multiple operating environments, including but not limited to U.S. Immigration and Customs Enforcement (ICE), U.S. Customs and Border Protection (CBP), and the U.S. Coast Guard (USCG). DHS is also responsible for providing care for members of the workforce or a legal traveler that is transiting through a Port of Entry. OHS expects to be the responsible office for any subsequent solicitations and awards that may be a result of the market research efforts directly associated with this RFI. RFI PURPOSE The purposes of this RFI are: To gain an understanding of Industry�s view of appropriate approaches and service offerings for providing highly efficient, safe, and secure healthcare service solutions in support of DHS management and operational activities. Obtain Industry feedback on the proposed level of quality assessment standards for medical services, ensuring an affordable, safe, secure, and flexible healthcare model to support DHS management and operational activities. Obtain Industry feedback on any missing, incomplete, or lacking in adequate clarity, medical service considerations, activities, or factors needed to promote optimization and adaptability, ensuring safe and secure healthcare in support of the DHS management function and component activities. Secure a better understanding of the commercial medical service market space to include available Government-wide solutions and provider capabilities. INFORMATION REQUEST Interested parties should submit responses that address the following areas: A. Company Information Company name, address, website. Point of contact name, title, email, phone. Business size and socio-economic status under proposed North American Industry Classification System (NAICS) Code 561320 Temporary Help Services. For company information responses please see the attached RFI response template. B. Capabilities The DHS medical services environment is dynamic and evolving across various factors including disperse geographic locations (including austere or remote locations), time zones, physical environments (such as a temporary vs established long term facility), and immediate surge capabilities (which directly impacts staffing needs), etc. Identify your ability to both deliver and effectively manage the full spectrum of safe and secure healthcare solutions represented within the attached draft statement of objective (SOO) and draft quality assurance surveillance plan (QASP). Presented solutions should represent service environments in DHS facilities and in the field �on demand� in direct support of DHS management function and component activities. Please provide as applicable, references that reflect how your company has successfully delivered safe and secure healthcare solutions that were impacted by fluctuating capacity as mission need dictated. Based on your established experience, please elaborate on how draft SOO and QASP documentation could be more effectively presented to address the complex factors considered in an ever-changing medical services landscape and that allow for a proactive and agile response. For capability responses please see the attached RFI response template. C. Past Performance Briefly identify your history of performance in providing medical services that relate to the following draft SOO objectives. This history may include simultaneous support of multiple unassociated organizations, multiple associated organizations, and/or in specialized teaming or partnership arrangements. Objective I: Provide medical staffing services, including to both persons in custody (PIC) and others requiring emergent medical care during DHS operations. Objective II: Provide logistics, equipment, equipment delivery, medical transportation, supplies, resources, administrative, support, and program management staff necessary to sustain medical operations in support of the DHS mission. Objective III: Manage medical record information utilizing designated DHS Electronic Medical Record (EMR) systems, ensuring continuity of care and timely transfer of clinical information, while adhering to restrictions on the release of personal information. Objective IV: Provide a comprehensive pharmaceutical/medication management plan for PIC and others requiring emergent medical care during DHS operations. Objective V: Provide a comprehensive Medical Quality Management and Oversight plan that adheres to nationally recognized standards, including timely reporting of significant events related to the health of a PIC. Objective VI: Utilize telehealth solutions, mobile diagnostics, and digital scheduling platforms where appropriate to increase access to clinical care and services, as well as enhance operational efficiency. Objective VII: Submit performance reporting and recommendations for process and quality improvement. Past performance information provided in response to this RFI should map to capabilities (above item B. Capabilities) information offered. For past performance responses please see the attached RFI response template D. Innovations and Recommendations 1. Identify in general terms any value-added or innovative approaches to: a. providing safe and secure healthcare solutions represented within the attached draft SOO and QASP, b. sustaining, adapting, and optimizing DHS services capabilities across DHS operations and environments to foster real-time visibility and improve timeliness, quality, and security of those services represented within the attached draft SOO and QASP. This is not intended to be a representation of your current capabilities or specific attributes. 2. Identify any omissions, gaps, and/or conflicts within the attached draft SOO and/or QASP that you recommend DHS should further consider, develop, and/or address? For innovation and recommendation responses please see the attached RFI response template. E. Medical Service Market Space 1. Describe your organization's current position within the medical service market space, including your core service offerings, target client segments (e.g., hospitals, clinics, government, private payer), geographic reach, networks (such as local and regional hospitals, clinics, EMS agencies, pharmacies, etc.), and any differentiators that set your company apart from competitors. 2. Additionally, provide an overview of recent trends or changes in the market that your organization is responding to. For medical service market space responses please see the attached RFI response template. F. Licensure Portability Describe how your organization supports and manages licensure portability for healthcare professionals (e.g., physicians, nurses, allied health professionals) who provide care across multiple states or jurisdictions (including via telehealth). The following may be addressed: Your approach to tracking and verifying multi-state licensure; Challenges encountered with state-specific requirements; Use of compacts (e.g., Interstate Medical Licensure Compact, Nurse Licensure Compact); Technology or systems used to streamline compliance; and Recommendations for improving licensure portability across the healthcare industry. For licensure portability responses, please see the attached RFI response template. G. Pricing Models Commercial Pricing Structures: Describe how your organization typically structures pricing for commercially available medical services (e.g., telehealth, diagnostics, remote monitoring, specialty consultations). The following may be addressed: Common pricing models (e.g., Indefinite delivery/indefinite quality (IDIQ), time and materials, firm-fixed price, cost-reimbursement, etc.); Preference for a single rate per medical service covering United States (U.S.) and U.S. territories, or geographic-specific rates; and Factors that influence pricing (e.g., volume, geography, service level agreements, technology integration). For pricing model responses, please see the attached RFI response template. SUBMISSION INSTRUCTIONS NOTE: All responses to this RFI shall be provided within the attached RFI response template. In the event an industry response is not included within the attached RFI response template, DHS will not review and consider the response. The submission should include summary responses. The attached RFI response template submissions shall not exceed 8 pages, standard Microsoft Excel landscape pages with font no smaller than 10 pt. Submissions in Microsoft Excel format are due no later than December 23, 2025, 5:00 PM ET. Responses shall be submitted via e- mail and include �REQUEST FOR INFORMATION RESPONSE DHS Medical Services (Company Name)� in the subject line. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. RFI ADJUDICATION AND RESPONSE DHS truly appreciates all feedback that industry is willing to provide associated with this RFI. DHS does not intend on communicating its evaluation of and potential responses to feedback received. Information provided shall be reviewed and considered internally by DHS as it finalizes its market research, applicable strategies, and draft documentation. The review of feedback by DHS may include contractor support with non-disclosure agreements (NDAs) on file. CONTACT INFORMATION All RFI responses shall be timely provided to DHS, Office of Procurement Operations (OPO), Industry Liaison at opoindustryliaison@hq.dhs.gov. Please do not attempt to contact DHS team members regarding this RFI. All correspondence associated with this RFI shall be initiated by the OPO Industry Liaison or OPO Contracting Officer (CO). Efforts to engage DHS team members absent my guidance may result in the DISQUALIFICATION from any potential future solicitation. SUMMARY THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify key commercial medical service market space sources and capabilities. Additionally, responses to this RFI shall assist DHS in further refining draft requirements documents. The information provided in the RFI is subject to change and is not binding on the Government. DHS has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment nor as authorization to incur costs for which reimbursement would be required or sought. All submissions become Government property and will not be returned. The Government is not required to respond to any information provided in response to this RFI. It is the responsibility of the interested parties to monitor SAM.gov for additional information pertaining to this RFI. REQUEST FOR INFORMATION COVER ATTACHMENTS Attachment 1 � DRAFT Statement of Objective (SOO) Attachment 2 � DRAFT Quality Assurance Surveillance Plan (QASP) Attachment 3 � Request for Information Response Template
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f29f5080c18340739fe30f139212cd09/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07661385-F 20251211/251209230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.