Skip to content
Department of Health and Human Services

Research & Management Consulting Services to Support USPSTF

Solicitation: HHS-AHRQ-SBSS-26-10001
Notice ID: 9a047c82ba1b472bab8b765e91bf881e

Sources Sought from OFFICE OF THE ASSISTANT SECRETARY FOR FINANCIAL RESOURCES (ASFR) • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: MD. Response deadline: Apr 09, 2026. Industry: NAICS 541611 • PSC R499.

Market snapshot

Awarded-market signal for NAICS 541611 (last 12 months), benchmarked to sector 54.

12-month awarded value
$4,387,307,728
Sector total $5,891,986,453,949 • Share 0.1%
Live
Median
$6,990,715
P10–P90
$2,081,985$16,462,444
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
-81%(-$2,962,772,799)
Deal sizing
$6,990,715 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 MD
Live POP
Place of performance
Not listed
State: MD
Contracting office
Rockville, MD • 20857 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
MD20260122 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Maryland • Queen Anne's
Rate
BALANCING TECHNICIAN
Base $32.00Fringe $8.29
Rate
BRICKLAYER
Base $37.50Fringe $14.78
+59 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 59 more rate previews.
Davis-BaconBest fitstate match
MD20260122 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Queen Anne's
Rate
BALANCING TECHNICIAN
Base $32.00Fringe $8.29
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $27.00Fringe $7.22
+58 more occupation rates in this WD
Davis-Baconstate match
MD20260126 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Washington
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $33.46Fringe $25.04
Rate
CARPENTER
Base $30.00Fringe $21.25
+54 more occupation rates in this WD
Davis-Baconstate match
MD20260081 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Allegany
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $33.46Fringe $25.04
Rate
CARPENTER
Base $30.25Fringe $22.00
+54 more occupation rates in this WD
Davis-Baconstate match
MD20260077 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Talbot
Rate
CARPENTER
Base $27.00Fringe $7.34
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $37.08Fringe $25.48
Rate
LABORER AIR TOOL OPERATOR
Base $26.80Fringe $7.08
+49 more occupation rates in this WD

Point of Contact

Name
Parul Mohan
Email
parul.mohan@hhs.gov
Phone
Not available
Name
Kori Best
Email
kori.best@hhs.gov
Phone
Not available

Agency & Office

Department
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Agency
OFFICE OF THE ASSISTANT SECRETARY FOR FINANCIAL RESOURCES (ASFR)
Subagency
OMAS STRATEGIC BUYING CENTER - HHS MISSION
Office
Not available
Contracting Office Address
Rockville, MD
20857 USA

More in NAICS 541611

Description

This is a Small Business Sources Sought notice (SBSS).  This is NOT a solicitation for proposals, proposal abstracts, or quotations.  The purpose of this notice is to obtain information regarding:  (1) the availability and capability of qualified small business sources; (2) whether they are small business; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition.  Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.  An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.

(1) Purpose and Description

The U.S. Preventive Services Task Force (USPSTF) is an independent panel of national experts in prevention and evidence-based medicine. For more than 40 years, it has worked to improve the health of Americans by making evidence-based recommendations on clinical preventive services and health promotion. These recommendations cover screening tests, counseling on healthy behaviors, and preventive medications. The Agency for Healthcare Research and Quality (AHRQ) supports the USPSTF by providing scientific, administrative, and dissemination assistance.

This requirement supports the AHRQ mission by supporting efforts to improve health outcomes for the American people. Key tasks include support and development of methods to advance the work of the USPSTF; managing topic nominations and topic development; managing the conflicts of interest for USPSTF members; horizon scanning to the USPSTF portfolio; and assisting the USPSTF in purchasing liability insurance.

Project Requirements    

  1. Support and Development of Methods to Advance the Work of the USPSTF - conduct one to three methods of research projects annually to advance the work of the USPSTF. The number of projects undertaken each year will depend on the scope and complexity (small, medium, or large) of the methods research priorities identified by AHRQ, with input from the USPSTF. These projects shall focus on developing and evaluating innovative, evidence-based methodologies to strengthen and continuously improve the USPSTF recommendation development process, with particular emphasis on enhancing timeliness, increasing efficiency, supporting ongoing quality improvement, and ensuring transparency. Methodological advancements may include the application and evaluation of emerging technologies, such as artificial intelligence and machine learning, where appropriate.
  2. Topic Nomination & Topic Development manages the receipt, initial assessment, processing, and development of topic background documents for eligible topics and tracking of topic nominations and reconsiderations received via the USPSTF Web site.
  3. Conflicts of Interest Policy (COI) - implement the USPSTF COI policy including Developing a secure and confidential online tool to collect the COIs and update the tool and related materials before each TF meeting for all TF members, before the start of new topics for TF members continuing to serve on the USPSTF the following year, and before the appointment of new TF members. The related materials include drafting a timeline for the COI preparation and deployment, emails to the USPSTF Members, reminder emails, and updating the topic list before each meeting.
  4. Horizon Scanning - conduct a LitWatch at least 6 times a year and report the results (see horizon scanning template) by email to the USPSTF Scientific Director, the USPSTF Topic Prioritization Workgroup, USPSTF members, EPC staff, AHRQ Medical Officers, and other related staff. 
  5. Assist the U.S. Preventive Services Task Force in Purchasing Liability Insurance - coordinate the process to secure the services of an insurance agent to work with USPSTF members to review the existing liability insurance policy

(2)     Anticipated period of performance:

                   August 1, 2026– July 31, 2030, plus four option years

(3)   Capability Information Sought:

Interested qualified small business organizations should submit a tailored capability statement for this requirement that clearly details the ability to perform the aspects of the notice described above.

         Capabilities necessary to fulfill this requirement include expertise and experience in:

    • Staff expertise, including availability and experience in evidence-based medicine; clinical preventive services; quantitative and qualitative methods; developing and advancing methods to evaluate evidence on preventive services; and experience facilitating collaborative and cooperative group work.
      • Knowledge and experience with using efficient methods (including AI in evidence reviews), processes, and challenges of literature searching and systematic review related to preventive services, including challenges in searching for literature related to behavioral interventions and in searching “grey” literature.
      • Experience with using techniques to engage stakeholders and to assist them in prioritization and reaching consensus in the prioritization process
      • Experience managing topic nomination & topic Development which involves management of the receipt, initial assessment, processing, and development of topic background documents for eligible topics and tracking of topic nominations
    • Current in-house capability and capability to perform the work at the scale/magnitude of the USPSTF
    • Corporate experience and management capability
    • The ability to provide both the scientific and governance experience to support activities of the Task Force in horizon scanning, topic nomination, development and prioritization, COI mitigation and obtaining liability insurance
    • Prior completed projects of similar nature involved maintaining and managing multiple, multi-faceted activities concurrently at the highest level of professional and scientific quality.
    • List any Government wide contracting vehicle for which the respondent has a contract (example, GSA schedule, etc.). 

Contractors must describe their capacity and experience as it relates to the project requirements described above.

(4) Information Submission Instructions

Interested qualified small business organizations should submit a tailored capability statement for this requirement.

The cover page must include the following:

  • UEI number
  • Organization name
  • Organization address
  • Size and type of business (e.g., 8(a), HUBZone, etc.) pursuant to NAICS code : 541611
  • Technical point(s) of contact, including names, titles, addresses, telephone, and e-mail addresses.

All Capability Statements sent in response to this SMALL BUSINESS SOURCES SOUGHT notice must be submitted electronically (via e-mail) to Parul Mohan, Contract Specialist, Parul.Mohan@hhs.gov in MS Word, or Adobe Portable Document Format (PDF), no later than 3:00 PM EST on April 9, 2026. Responses should not exceed 15 single-sided pages (including  the cover page, all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, that clearly details the ability to perform the aspects of the notice described above.

(5) Disclaimer and Important Notes

This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response.  The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate.  Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work.  Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.  After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in SAM.gov.  However, responses to this notice will not be considered adequate responses to a solicitation.

(6) Confidentiality 

No proprietary, classified, confidential, or sensitive information should be included in your response.  The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

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.