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) Federal Law Enforcement Training Centers (FLETC) is soliciting proposals for Enterprise Health Unit Services (EHUS) at four Training Delivery Points: Glynco, Georgia; Artesia, New Mexico; Charleston, South Carolina; and Cheltenham, Maryland. This is a competitive Woman-Owned Small Business Set-Aside for a single award, fixed-price, Indefinite Delivery/Indefinite Quantity (ID/IQ) contract. Proposals are due April 16, 2026, at 12:30 PM ET.
Scope of Work
Contractors will provide comprehensive health unit services, including staffing, billing, scheduling, medical records management (EMR), and use of government-provided medical equipment. Services encompass emergency response, urgent care, health screenings, medical surveillance, occupational medicine, and pandemic-type scenario response. Specific requirements include medical supplies, medications (formulary), lab work, X-rays, equipment calibrations, and miscellaneous supplies. Health screenings for students and medical surveillance for FLETC staff and Detailees are also required, along with Medical Countermeasures Program support, Active Shooter Training, and IT Security Training for contractor personnel.
Contract Details
- Solicitation Number: 70LGLY26RGLB00001
- Type: Request for Proposal (RFP) for a Firm-Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (ID/IQ) contract.
- Period of Performance: One 12-month base period (May 1, 2026 – March 31, 2027, including a 30-day phase-in) and four 12-month option periods, extending through March 31, 2031.
- Maximum Ceiling: $150 million.
- NAICS Code: 621999 (All other Miscellaneous Ambulatory Health Care Services) with a $20.5 million small business standard.
- Product/Service Code: R499 Support – Professional: Other.
- Set-Aside: Competitive Woman-Owned Small Business (WOSB) Program Set-Aside.
- Wage Determinations: Applicable Service Contract Act wage determinations are included for DC, MD, VA, SC, GA, and NM.
Submission & Evaluation
- Proposal Due Date: April 16, 2026, 12:30 PM Eastern Time.
- Submission Method: Electronically via email to sheryle.wood@fletc.dhs.gov.
- Evaluation Factors: Proposals will be evaluated on a Best Value basis considering Technical and Management Approach (Factor 1, 20-page limit), Prior Experience (Factor 2, 10-page limit), Past Performance (Factor 3, 7-page limit), and Price (Factor 4). The overall Technical Proposal is limited to 30 pages (excluding cover sheet).
- Questions Due: March 31, 2026, 12:30 PM Eastern Time, to sheryle.wood@fletc.dhs.gov.
Additional Notes
Funds are not presently 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 use the provided Excel spreadsheet (Attachment 20) for price submission. Key attachments include the Quality Assurance Surveillance Plan (QASP), Performance Requirements Summary (PRS), historical health unit statistics, and a formulary of medicines.