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), specifically the 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 at four Training Delivery Points (TDPs): Glynco, Georgia; Artesia, New Mexico; Charleston, South Carolina; and Cheltenham, Maryland. The contract is anticipated to be a single-award, fixed-price Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle with a maximum ceiling of $150 million. Proposals are due April 16, 2026.
Scope of Work
The selected contractor will be responsible for a broad range of health unit services, including staffing, billing, scheduling, and medical records management using government-provided equipment. Key services encompass emergency response, urgent care, health screenings, medical surveillance, occupational medicine, and preparedness for pandemic scenarios. This includes providing medical supplies, medications (based on a detailed formulary), lab work, X-rays, and equipment calibrations. The contractor will also support the Medical Countermeasures Program and ensure personnel receive Active Shooter and IT Security Training. Historical data on health unit visits and expenditures is provided to aid in proposal development.
Contract Details
- Solicitation Number: 70LGLY26RGLB00001
- Contract Type: Single Award, Firm-Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ)
- Set-Aside: Competitive Woman-Owned Small Business (WOSB)
- NAICS Code: 621999 (All other Miscellaneous Ambulatory Health Care Services)
- Small Business Standard: $20.5 million
- 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, extending through March 31, 2031. The base period is May 1, 2026 – March 31, 2027.
- Maximum Ceiling: $150,000,000
- Applicable Regulations: Service Contract Act (with specific Wage Determinations for relevant states/counties), FAR 52.212-1, 52.212-2, 52.212-4.
Submission & Evaluation
- Proposal Due Date: April 16, 2026, at 12:30 PM Eastern Time (ET).
- Submission Method: Electronically via email to the Contracting Officer, Sheryle Wood (sheryle.wood@fletc.dhs.gov).
- Evaluation Factors: Proposals will be evaluated on a Best Value basis considering:
- Technical and Management Approach (limited to 20 pages)
- Prior Experience (limited to 10 pages)
- Past Performance (limited to 7 pages)
- Price
- Proposal Page Limit: Technical Proposal is limited to 30 pages (excluding cover sheet).
- Questions Due: March 31, 2026, at 12:30 PM ET, submitted in writing to Sheryle Wood.
Important Notes
Funds are not currently available, and award is contingent upon fund availability. The Government reserves the right to cancel the solicitation. Site visits will not be conducted. Bidders must utilize the provided Excel spreadsheet for price submission, detailing costs across all CLINs, performance periods, and sites. The Quality Assurance Surveillance Plan (QASP) and Performance Requirements Summary (PRS) documents outline the government's performance expectations and evaluation methods, including potential payment reductions for unsatisfactory performance.