Skip to content
Department of Defense

TRICARE Overseas Program (TOP) 2028 Second DRAFT Request for Proposal (RFP)

Solicitation: HT9402-26-RFI-0001
Notice ID: 8ec9635f08fc4ce1afb098057501fc11
TypeSpecial NoticeNAICS 524114PSCQ201Set-AsideNONEDepartmentDepartment of DefenseAgencyDefense Health Agency (dha)StateCOPostedApr 07, 2026, 12:00 AM UTCDueApr 30, 2026, 10:00 PM UTCCloses in 22 days

Special Notice from DEFENSE HEALTH AGENCY (DHA) • DEPT OF DEFENSE. Place of performance: CO. Response deadline: Apr 30, 2026. Industry: NAICS 524114 • PSC Q201.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: HT9402-26-RFI-0001. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 524114 (last 12 months), benchmarked to sector 52.

12-month awarded value
$7,638,704
Sector total $16,035,959 • Share 47.6%
Live
Median
$7,638,704
P10–P90
$7,638,704$7,638,704
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
47.6%
share
Momentum (last 3 vs prior 3 buckets)
+100%($7,638,704)
Deal sizing
$7,638,704 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 CO
Live POP
Place of performance
Not listed
State: CO
Contracting office
Aurora, CO • 80011 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
CO20260009 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Colorado • Denver, Douglas
Rate
CARPENTER (Form Work Only)
Base $33.11Fringe $12.17
Rate
TRAFFIC SIGNALIZATION: Traffic Signal Installation Zone 1
Base $26.42Fringe $4.75
+78 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 78 more rate previews.
Davis-BaconBest fitstate match
CO20260009 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Denver, Douglas
Rate
CARPENTER (Form Work Only)
Base $33.11Fringe $12.17
Rate
TRAFFIC SIGNALIZATION: Traffic Signal Installation Zone 1
Base $26.42Fringe $4.75
Rate
Zone 2
Base $29.42Fringe $4.75
+77 more occupation rates in this WD
Davis-Baconstate match
CO20260001 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Alamosa, Archuleta, Baca +44
Rate
Asbestos Workers/Insulator (Includes application of all insulating materials, protective coverings, coatings and finishings to all types of mechanical systems
Base $36.98Fringe $16.82
Rate
Asbestos Workers/Insulator (Includes application of all insulating materials, protective coverings, coatings and finishes to all types of mechanical systems)
Base $36.60Fringe $11.83
Rate
BRICKLAYER
Base $32.93Fringe $14.29
+25 more occupation rates in this WD
Davis-Baconstate match
CO20260027 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Pueblo
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $36.98Fringe $16.82
Rate
ELECTRICIAN
Base $35.40Fringe $16.06
Rate
POWER EQUIPMENT OPERATOR (Crane) 141 tons and over
Base $39.80Fringe $15.20
+22 more occupation rates in this WD
Service Contract Actstate match
2023-0171 (Rev 8)
Open WD
Published Jan 20, 2026Colorado • Larimer
47040
Diver
Base $53.87Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, 4 weeks after 10 years, and 5 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated.

Point of Contact

Name
Matthew D. Lechner
Email
matthew.d.lechner2.civ@health.mil
Phone
3036763638
Name
Matthew L. Anderson
Email
Matthew.Anderson@tma.osd.mil
Phone
3036763754

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE HEALTH AGENCY (DHA)
Subagency
DEFENSE HEALTH AGENCY
Office
Not available
Contracting Office Address
Aurora, CO
80011 USA

More in NAICS 524114

Description

AMENDMENT 4 UPDATE: 04/07/2026.  This posting is amended to provide the Government's answers to questions on TOP 2028 requirements, submitted by respondents.  This posting also provides revised "Historical Data Instructions".  See attachments titled: "AMENDMENT 4 Govt Response to Industry Questions" and "AMENDMENT 4 Historical Data Ordering Instructions". 

AMENDMENT 3 UPDATE: 02/11/2026.  This posting is amended to replace the attachment titled "TOP 2028 DRAFT J Attachments.zip" with the attachment, titled "AMENDMENT 0003 TOP 2028 DRAFT J Attachments.zip".  The purpose for this replacement is to ensure that all of the documents in the .zip file are accessible and readable.  

AMENDMENT 2 UPDATE: 02/09/2026.  This posting is amended to revise the RESPONSE DATE for this RFI: FROM: 03/09/2026 at 4:00PM MST TO: 03/02/2026 at 4:00 PM MST.  

AMENDMENT 1 UPDATE: 02/09/2026.  Posting is amended to remove duplicate attachment titled, TOP 2028 DRAFT TOM Chapter 24.docx.  This attachment is located in the TOP 2028 Section J Attachments zip file, titled, "DRAFT Attachment J-22 DRAFT_TOM_Chapter_24_05FEB2026"

As part of ongoing market research, potential offerors are invited to review the attached second DRAFT Request For Proposal (RFP).

The issuance of this second DRAFT RFP is intended to continue market research to determine the capabilities of the industry. This notice also seeks industry feedback and recommendations on its approach and description of the TOP requirements.  DHA will consider industry’s comments to make revisions, ensuring the Government has realistic requirements and incorporates industry best practices, new technologies, innovative alternatives and potential capabilities into the final specifications and performance work statement.

DHA may incorporate industry expertise, best practices and incentives to ensure high-quality healthcare support services to TRICARE beneficiaries within the statutory and regulatory limitations governing this entitlement program.

All information received resulting from this DRAFT RFP will be used by the Defense Health Agency (DHA) as market research for future requirements.  However, responses may be releasable to the public under the Freedom of Information Act (FOIA) unless appropriately marked. 

The DHA, at its discretion, may request respondents to elaborate on information in their written response in writing or through other means. Respondents will not be notified of any results derived from a review of the information provided.

This announcement does not constitute a commitment, implied or otherwise that a solicitation or contract will be issued. Issuance of DRAFT documents attached to this notice is for planning purposes only and does not commit the Government to any contractual agreements or arrangements. The Government is not soliciting proposals with this request.

Please note that the collection of the requested information does not obligate the U.S. Government to incorporate solicited comments or procure any services. Responses to this announcement may or may not be returned. The Government is not liable to pay any costs associated with companies responding to this announcement.

Background:

The Department of War (DoW), through the Defense Health Agency, is responsible for providing TRICARE health care services to eligible beneficiaries in locations outside the fifty United States and the District of Columbia.  To accomplish this mission, the TOP contract supplements services that the direct care system provides to Active-Duty Service Members (ADSMs) and certain Active-Duty Family Members (ADFMs) in overseas military medical treatment facility (MTF) locations.  While most TRICARE beneficiaries overseas receive care at MTFs, demand often exceeds MTF capacity, and many beneficiaries reside in remote locations without MTF access. The DoW uses the TOP contract to supplement MTF capabilities and provide healthcare in remote locations.

This mission currently is accomplished through the third-generation TOP contract (TOP 2021), which provides health care support services, including developing and maintaining private sector networks; completing TRICARE eligibility verification and enrollment; providing customer service and call center support, clinical operations, beneficiary and provider education and marketing, claims processing and coding, medically necessary evacuations (medevacs) and translation services; and collecting medical documentation.

The DHA is contemplating a new single-award, predominately fixed-price TOP services contract.  The DHA anticipates that the contract will include a 1-year base period for transition-in, eight 1-year option periods for health care delivery, a 1-year transition-out period, and a potential 6-month extension of services permitted per FAR Clause52.217-8, Option to Extend Services, for a potential total allowable period of performance of 10 years and 6 months.

Submission Requirements:

As part of this second DRAFT RFP, the Government is providing the following and is attached to this notice:

  1. DRAFT Section C, DRAFT Chapter 24 of the TRICARE Operation Manual (TOM), DRAFT Section J, DRAFT Attachments to Section J, and DRAFT DD Forms 1423-1, Contract Deliverable Report Lists (CDRLs).
  2. TOP 2028 DRAFT RFP Questions.
  3. TOP 2028 Questions for the Industry.
  4. Historical Data Ordering Instructions.
  5. Historical Data Attachment 1 Non-Disclosure Agreement

The DHA is requesting that interested parties submit the following attachments to via email to Mr. Matthew Lechner, Contract Specialist, at matthew.d.lechner2.civ@health.mil, with a courtesy copy to Mr. Matthew Anderson, Contracting Officer, matthew.l.anderson18.civ@health.mil and Dawn Ruther, Senior Program Analyst at dawn.r.ruther.civ@health.mil, not later than 4:00 pm MT, March 09, 2026. Please include the following in the subject line: Second DRAFT RFP TOP 2028 HT9402-26-RFI-0001.

  1. TOP Second DRAFT RFP Questions.  Using the attached document titled “TOP Second DRAFT RFP Questions”, identify the DRAFT RFP document and cite relevant paragraphs to submit questions or comments.
  2. Questions for the Industry – Using this file (or any other format), please respond or answer the questions in the document to the best of your ability and submit this document with your response. Or;
  3. A capability statement of the interested party.

As part of this notice, the Government is also offering “POTENTIAL OFFERORS” with the opportunity to request historical TOP information.  Please READ the attached Instructions for Ordering Historical Data to request data.  Any firm requesting data must be a potential offeror as defined in FAR 2.1. In order for a potential offeror to receive historical workload summary data, the Government must determine that the interested party is potential offeror as defined in FAR 2.1 and receive the attached Historical Data Non-Disclosure Agreement.

Any future information on this acquisition will be posted on www.sam.gov.  It is the responsibility of the prospective offeror to review this site regularly for updates and/or changes.

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.