Skip to content
Department of Justice

USMS Medical Direction and Oversight

Solicitation: M-26-A31-R-000137
Notice ID: 4b4ceeaecf5f490bb31845d370d9bb1b
TypeSources SoughtNAICS 622110PSCQ529DepartmentDepartment of JusticeAgencyUs Marshals ServiceStateDCPostedFeb 26, 2026, 12:00 AM UTCDueMar 13, 2026, 09:00 PM UTCCloses in 16 days

Sources Sought from US MARSHALS SERVICE • JUSTICE, DEPARTMENT OF. Place of performance: DC. Response deadline: Mar 13, 2026. Industry: NAICS 622110 • PSC Q529.

Market snapshot

Awarded-market signal for NAICS 622110 (last 12 months), benchmarked to sector 62.

12-month awarded value
$5,172,059
Sector total $239,137,394 • Share 2.2%
Live
Median
$5,172,059
P10–P90
$5,172,059$5,172,059
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
2.2%
share
Momentum (last 3 vs prior 3 buckets)
+100%($5,172,059)
Deal sizing
$5,172,059 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for DC
Live POP
Place of performance
District of Columbia • United States
State: DC
Contracting office
Landover, MD • 20785 USA

Point of Contact

Name
Christopher Jones
Email
christopher.jones10@usdoj.gov
Phone
Not available
Name
Julie Simpson
Email
julie.simpson@usdoj.gov
Phone
Not available

Agency & Office

Department
JUSTICE, DEPARTMENT OF
Agency
US MARSHALS SERVICE
Subagency
PROCUREMENT DIVISION, OSS
Office
Not available
Contracting Office Address
Landover, MD
20785 USA

More in NAICS 622110

Description

REQUEST FOR INFORMATION / SOURCES SOUGHT

UNITED STATES MARSHALS SERVICE

SPECIAL OPERATIONS GROUP

MEDICAL DIRECTION AND OVERSIGHT

1.0 Customer Description

This Request for Information (RFI) / Sources Sought (SS) is being issued by the United States Marshals Service (USMS) Procurement Division (PD) for services to be provided to the USMS Special Operations Group (SOG). SOG is a specially trained, rapidly deployable law enforcement element of the USMS capable of conducting complex and sensitive operations throughout the globe intended to further the rule of law. SOG leverages these enhanced capabilities in support of the USMS and the Department of Justice (DOJ) mission to protect, defend and enforce the federal judicial system.

2.0 Background / Overview

SOG is in need of contractor support for mission functional areas that are not inherently governmental in nature but are critical in accomplishing the overall mission of SOG. Contractor support will include, but is not limited to:

Medical program oversight for approximately twenty-five (25) SOG Medics;

Provide physician licensure and authorization for SOG Medics to carry and administer approximately thirty (30) medications including over the counter and prescription medications (including controlled substances);

Provide a minimum of forty (40) hours of training per year in the latest advancements in tactical and operational medicine pursuant to the Tactical Combat Casualty Care (TCCC) and/or Tactical Emergency Casualty Care (TECC) guidelines and National Registry of Emergency Medical Technicians (NREMT) certifications;

Provide off-line medical direction and program administration;

Provide onsite Emergency Medicine Physicians for SOG Selection class;

Provide official EMT refresher class and documentation of successful completion.

NOTE: This is not a request for quote or proposal (RFQ/RFP). The Government is seeking industry feedback/comments to assist in locating potential sources with the ability to fully satisfy the potential requirement. All firms that believe they can provide the required services may submit their comments and substantiating documentation for review.

A draft Performance Work Statement (PWS) is provided. The final version of the PWS may change if a solicitation is issued. Respondents are welcome to make any recommendations they feel may enhance the PWS, or to identify areas where more information is required.

3.0 Response

All respondents should provide the following information:

A one-page cover letter on company letterhead that includes:

Company name and address;

UEI and Cage Code;

Any applicable Government Wide Contract Vehicle to include GSA Schedule number(s);

Company POC name, position, email address and phone number

Proposed NAICS code for the services to be provided and company’s business size for that NAICS code

Respondents shall provide a response not to exceed four (4) pages which addresses all the performance requirements in the draft PWS. The response should address each requirement and explain how your Company will meet the requirement.

If you recommend any changes to the PWS, please include how your company would meet the new requirement.

Respondents shall provide a not-to-exceed, one-page document outlining their past performance experience relevant to this requirement.

All responses shall be sent via email to christopher.jones10@usdoj.gov for review.

4.0 Conclusion

The Government is under no obligation to issue a solicitation for this potential requirement and makes no guarantee that it will occur. All submissions become the property of the USMS and will not be returned to any respondent. Additionally, the Government will not reimburse any interested party/respondent for any cost incurred in responding to this RFI/SS.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.