Skip to content
Department of Homeland Security

ENTERPRISE HEALTH UNIT SERVICES (EHUS)

Solicitation: RFIWOSB612999Staffing
Notice ID: ad8aaf1280674436b5d325a992adefa0

Sources Sought from FEDERAL LAW ENFORCEMENT TRAINING CENTER • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: GA. Response deadline: Feb 07, 2020. Industry: NAICS 621999 • PSC Q201.

Market snapshot

Awarded-market signal for NAICS 621999 (last 12 months), benchmarked to sector 62.

12-month awarded value
$144,275
Sector total $201,956,474 • Share 0.1%
Live
Median
$28,000
P10–P90
$28,000$28,000
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($144,275)
Deal sizing
$28,000 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 GA
Live POP
Place of performance
Brunswick, Georgia • 31524 United States
State: GA
Contracting office
Brunswick, GA • 31524 USA

Point of Contact

Name
Sheryle Wood
Email
sheryle.wood@fletc.dhs.gov
Phone
Not available

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
FEDERAL LAW ENFORCEMENT TRAINING CENTER
Subagency
FLETC GLYNCO OPERATIONS
Office
Not available
Contracting Office Address
Brunswick, GA
31524 USA

More in NAICS 621999

Description

REQUEST FOR INFORMATION: RFIWOSB612999Staffing

The Department of Homeland Security (DHS), Federal Law Enforcement Training Centers (FLETC), Glynco, Georgia is anticipating issuance of a solicitation to provide Enterprise Health Unit Services (EHUS) for four Training Delivery Points (TDPs), namely: Glynco, Georgia – Artesia, New Mexico – Charleston, South Carolina – Cheltenham, Maryland.  FLETC is in the planning stages for the EHSU re-solicitation and as such considering the feasibility to utilizing Woman Owned Small Business (WOSB) set-aside for this action and would like to obtain information on whether WOSB vendors could provide the services required in the performance of this action.

THIS IS A MARKET SURVEY REQUESTING INFORMATION IN SUPPORT OF THE FOLLOWING PERFORMANCE REQUIREMENT.  No contract will be awarded from this announcement.  This is not a Request for Proposal (RFP) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the government.  Response to this RFI is purely voluntary and no reimbursement will be made for any costs associated with providing information in response to this market survey or any follow-on information requests.  Data submitted in response to this market survey will not be returned.  No solicitation document exists at this time and calls/emails requesting a solicitation will not be answered.

NAICS: 621999 All Other Miscellaneous Ambulatory Health Care Services

SIZE STANDARD: $7.5M

PSC: R499 Support-Professional: Other

The following is divided into three parts: Part 1, FLETC Mission Information; Part 2, EHUS descriptions of services; and Part 3, Questionnaire for response.

PART 1, FLETC MISSION INFORMATION:

1.1     INTRODUCTION.  This is a performance work statement (PWS) for the Department of Homeland Security (DHS), Federal Law Enforcement Training Centers (FLETC) to contract for health unit services on an enterprise level, located in Glynco, Georgia; Artesia, New Mexico; Charleston, South Carolina; and Cheltenham, Maryland. 

1.2     MISSION:  The FLETC mission statement is “We Train Those Who Protect our Homeland”.  The FLETC is responsible for providing law enforcement officer training to over 124 Partner Organizations and is responsible for providing certain core instructional law enforcement programs as well as a variety of support services. 

1.3     PLACES OF PERFORMANCE:

         1.3.1 FLETC Glynco, Georgia: FLETC/Glynco campus is located approximately six (6) miles north of the City of Brunswick, Georgia in Glynn County in southeastern Georgia. The city is located off U.S. Interstate 95 and U.S. Highway 17 and is equal distance between Savannah, Georgia and Jacksonville, Florida.  The FLETC is situated on approximately 2,000 acres with modern conventional facilities such as health unit facility, classrooms, dormitories, administrative and logistical support structures.

            1.3.2 FLETC Artesia, New Mexico: FLETC/Artesia is located within the City Limits of Artesia, New Mexico. The city is located in Southeastern New Mexico, 35 miles south of Roswell, New Mexico on U.S. 285 and 35 miles north of Carlsbad, New Mexico. The FLETC/Artesia encompasses approximately 1,340 acres of Government real property, including a health unit facility, firing ranges, classrooms, dormitories, administrative and logistical buildings.

            1.3.3 FLETC Charleston, South Carolina: FLETC/Charleston is located on the former Charleston Naval Base in South Carolina. FLETC/Charleston encompasses approximately 188 acres of Government real property, including a health unit facility, firing ranges, classrooms, dormitories, administrative and logistical buildings.

           1.3.4 FLETC Cheltenham, Maryland: FLETC/Cheltenham is located approximately sixteen (16) miles southeast of the Center of Washington, D.C. It is located south of Clinton, Maryland and is the former site of the United States Naval Communication Detachment, Cheltenham, Maryland. FLETC/Cheltenham encompasses approximately 247 acres of government real property, including 40+ buildings and an additional 184 acres of unimproved property planned for future use. There is no health unit facility at this site.

PART 2, DESCRIPTION OF SERVICES.

The Contractor shall provide qualified Health Unit (Clinic) staff during the hours of operation to provide the required services as discussed herein. Some of the services that shall be required are staffing, billing, scheduling, managing medical records within the Electronic Health Record (EHR), and using government provided medical equipment.

The contract staff for the Artesia, Charleston and Glynco locations shall have the capability and expertise to understand, control, consult, manage, all aspects regarding the medical operation for clinics providing healthcare (examples: emergency response, urgent care, health screenings, medical surveillance, occupational medicine, and during a pandemic-type scenario). The contract staff shall also have expertise regarding medical laws/regulations, pharmaceutical dispensing/administration, medical forms operations, and enterprise implementation of updates.

HIPPA appropriate maintenance and release of health records including interstate, interagency, private sector, and federal entities.

The contractor shall provide site-specific medical procedure manuals, hard copy or electronic, in each of the three (3) Health Units for clinic staff reference. The contractor’s Procedures Manual shall reflect the Contractor’s understanding of FLETC site-specific clinic operations and procedures. This manual shall include sound practices for satisfying requirements such as Health Screenings, daily patient processing, and other such requirements of this contract. This manual shall be due to the CO/COR ten (10) calendar days after award and shall be updated at least every six months and reviewed by the COR upon request. The following FLETC Directives and Manuals are applicable to these requirements:

  1. FD/FM 066-04 Heat Stress Guidance
  2. FD/FM 70-09 Occupational Safety and Health Program
  3. FD/FM 248-01 Health Services Provided by the Federal Law Enforcement Centers

The goal of the Health Services Contractor shall be to evaluate illnesses and injuries in order to provide recommendations for treatment and training. The Contractor shall make recommendations to OHD for training restrictions and prognoses. In cases of serious illnesses and injuries, where the student will be required to miss three or more training days, the Contractor shall notify OHD COR and the CMO. It is expected that the Contractor shall use their training and experience to apply the outside clinicians’ recommendations for restrictions. Activity as tolerated as a restriction is not acceptable. The Contractor shall consult with their Occupational Medicine physician if there is a question about the applicability of the outside clinicians’ restriction(s) recommendations.

The Contractor shall be required to provide health screenings for students and medical surveillance for FLETC staff and Detailees in Cheltenham, MD.

These services shall be performed during training days and non-training days in support of the training programs at the DHS, FLETC located in Glynco, GA

This performance-based, firm-fixed price (FFP) contract describes the services to be performed as an end result and provides to the contract both a standard for acceptable performance and quantities, limits, or areas that the service covers.  The Contractor shall be responsible for achieving the stated results.

 These fixed price services include, but are not limited to:

             1) Phase In (3 sites)

              2) Project Management

              3) Basic Health Services

              4) Work outside of regular hours

              5) Medicines (Formulary) & Miscellaneous Supplies

              6) Lab work/x-rays (for medical surveillance program)/Equipment Calibrations

      Contractor Provided Staff:

The Contractor shall provide all staffing for operation of the Health Units in Artesia, Charleston, and Glynco during the hours specified in the below section, SPECIFIC REQUIREMENTS, WORK SCHEDULE. The Contractor shall provide staffing specific to the medical services demands of each site based on SASS and MSP requirements. The staffing may include any or all of the following occupational staffing:

  • Physician
  • Physician Assistant (PA)
  • Nurse Practitioner (NP)
  • Registered Nurse (RN)
  • Licensed Practical Nurse (LPN)
  • Medical Assistant/Administrative (MA)
  • Waived Lab Director for CLIA Compliance
  • Athletic Trainer(s) [Glynco GA, Charleston SC & Artesia NM]

Key Management Personnel Requirements:

  • Project Manager (PM)
  • Alternate Project Manager (APM)
  • Quality Control Manager (QCM)
  • Clinic Manager (CM) Artesia & Charleston

Work Schedule: 

CORE Hours of Operation – The Contractor shall operate the three (3) Health Units during the core hours as follows:  

  • Glynco, Georgia Health Unit: 

Monday through Friday, excluding Federal Holidays – 6:00 a.m. – 6:30 p.m. – Afterhours and weekend work as needed through 2026.

  • Artesia, New Mexico Health Unit: 

Monday through Friday, excluding Federal Holidays (if training is not in session) – 6:00 a.m. – 6:30 p.m. – Afterhours and weekend work as needed through 2026.

  • Charleston, South Carolina Health Unit: 

Monday through Friday, excluding Federal Holidays – 7:00 a.m. – 5:30 p.m. 

  • Cheltenham, Maryland: 

FLETC Cheltenham does not have an existing Health Unit. Services may be scheduled by FLETC during the following hours:

  • Student Health Screenings: 

Monday through Friday when scheduled excluding Federal Holidays – 7:00 a.m. – 12:00 p.m. 

  • Staff Physical Exams, Testing, Immunizations, and Medical          Surveillance Program exams: 

Monday through Friday excluding Federal Holidays – 7:00 a.m. – 4:30 p.m. 

Applicable Department of Labor (DOL) Wage Determinations (WD)

The Service Contract Act applies to this contract. The following Department of Labor (DOL) local area wage determinations apply to this action: 

  • DOL WD 2015-4281 Revision 35 dated 12/3/2025 covering District of Columbia, Maryland, Virginia.  
  • DOL WD 2015-4427 Revision 32 dated 12/3/2025 covering South Carolina counties of Berkley, Charleston, Dorchester. 
  • DOL WD 2015-4477 Revision 33 dated 12/3/2025 covering Georgia counties of Brantley, Glynn; and, 
  • DOL WD 2015-5455 Revision 29 dated 12/3/2025 covering New Mexico counties of Chaves, Eddy, Lincoln, Otero. 

PART 3, QUESTIONNAIRE

  1. Company Name:
  2. SAM UEI Number:
  3. Mailing Address:
  4. Point of Contact Information to include: name, title, telephone number, and email address.
  5. How long have you been in business?
  6. Are you a Woman Owned Small Business for NAICS 621999?
  7. Is your company capable of providing all the services required as a single award Firm Fixed Price Contract covering 5 years with a multimillion dollar value? Please state why.
  8. About past performance, would your company be able to show a past performance record performing all the services covered in Part 2 above in any single contract as a prime contractor? If not, please tell us why and identify type of past performance could be shown as a prime contractor?
  9. As a small business, would you partner or subcontract with another business in order to meet the requirements? Regardless of answer, provide reasons and identify if the other business would be large or small.
  10. Describe your capabilities/experience in the performance required services. Feel free to provide a capability statement or single electronic pamphlet of less than 5 pages.
  11. The government pays invoices monthly in arrears of performance. If there is a delay in payment such as when government is awaiting funding at beginning of fiscal year, do you have the financial capability to sustain expenses such as payroll until receipt of invoice payments?

Responses to this questionnaire should be sent via email to Sheryle.wood@fletc.dhs.gov with subject line reading: RFIWOSB612999Staffing, Response to RFI.  All product literature/information must be sent as attachments to the email address herein.  Do not send zip files as the government cannot accept these types of files from outside sources.

Responses are due not later than February 27, 2026, 12:00PM (EST).

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.