Comprehensive Medical Services - FCI Sheridan

SOL #: 15BFA024R00000030Combined Synopsis/Solicitation

Overview

Buyer

Justice
Federal Prison System / Bureau Of Prisons
FAO
GRAND PRAIRIE, TX, 75051, United States

Place of Performance

Sheridan, OR

NAICS

General Medical and Surgical Hospitals (622110)

PSC

Medical Managed Healthcare (Q201)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 12, 2026
2
Last Updated
Apr 22, 2026
3
Submission Deadline
May 22, 2026, 7:00 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 Federal Bureau of Prisons (BOP), under the Department of Justice, is soliciting proposals for Comprehensive Medical Services at FCI Sheridan in Sheridan, Oregon. This combined synopsis/solicitation (RFP 15BFA024R00000030) aims to procure essential medical, dental, and mental health services for the inmate population. This acquisition is not set-aside for small business concerns. Proposals are due by May 22, 2026.

Scope of Work

The contractor will provide comprehensive medical, dental, and mental health services in accordance with a Performance Work Statement (PWS) that emphasizes outputs. Key deliverables include inpatient and outpatient facility services, professional services conforming to community standards, proper invoicing, medical records management for continuity of care, and maintaining open communication. Specific requirements include adherence to the List of Excluded Individuals/Entities (LEIE) and, where applicable, Joint Commission accreditation. Telehealth services are an optional deliverable, and institution-based services may also be required.

Contract Details

This will be an indefinite delivery/requirements type contract with firm-fixed unit prices. The period of performance includes a 12-month base period, four 12-month option periods, and an additional 6-month extension option. The NAICS code is 622110 (General Medical and Surgical Hospitals) with a size standard of $47 million. This is a non-personal services contract.

Submission & Evaluation

Proposals must be submitted electronically via email to ldthomas@bop.gov and BOP-ADM-FAO-CMS-S@bop.gov in PDF format. The deadline for receipt is May 22, 2026, as specified in Block 9 of the SF-33. Proposals will be accepted for 180 calendar days. Evaluation factors include Price, Technical, and Past Performance, with non-price factors combined being approximately equal to price. Technical evaluation will assess the approach to medical care, facility proximity, and proposed enhancements. Past performance will be judged on relevancy, quality, timeliness, management, small business utilization, and regulatory compliance. Price proposals will be evaluated based on a discount from or premium to Medicare rates.

Additional Notes

Funds are not currently available, and award is contingent upon funding. The Government reserves the right to cancel the solicitation. All communications must be in writing to the Contracting Officer. Offerors must be registered in SAM and submit a Cybersecurity Attestation Form (Attachment 7). Pricing methodology is based on Medicare benchmarks, and the BOP Formulary (Attachment 9) outlines approved medications.

People

Points of Contact

LaShundra D. ThomasPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Combined Synopsis/Solicitation
Posted: Apr 22, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 12, 2026