Skip to content
Department of Health and Human Services

Federal Occupational Health (FOH) Clinical East Staffing

Solicitation: PSCFOH-ClinicalEast-PSC347296
Notice ID: e992b694e81943e49546532166fc9210

Sources Sought from OFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION (ASA) • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: MD. Response deadline: Feb 23, 2026. Industry: PSC Q999.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$546,655,675
Sector total $546,655,675 • Share 100.0%
Live
Median
$97,181
P10–P90
$33,967$992,402
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($546,655,675)
Deal sizing
$97,181 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
Rockville, Maryland • United States
State: MD
Contracting office
Rockville, MD • 20857 USA

Point of Contact

Name
Angelina Mulenga
Email
angelina.mulenga@hhs.gov
Phone
Not available
Name
Angeleana Torres
Email
angeleana.torres@hhs.gov
Phone
Not available

Agency & Office

Department
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Agency
OFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION (ASA)
Subagency
PROGRAM SUPPORT CENTER ACQ MGMT SVC
Office
Not available
Contracting Office Address
Rockville, MD
20857 USA

Description

Amendment 00001: February 17, 2026: Upload Questions and Responses and upload draft Attachments J.2, J.3 and J.4.

---------------------------------------------------------------------------------------------------------------------- 

Sources Sought: Federal Occupational Health (FOH) Clinical East Staffing

I. Introductory

This is a Sources Sought.  This is NOT a solicitation for proposals, proposal abstracts, or quotations.  The purpose of this Sources Sought is to obtain knowledge and information on potential vendor interest for project planning purposes.

II. Project Description

Background:

FOH provides defined health services as well as consultation to Federal customer agencies exclusively through Interagency Agreements (IAAs). FOH is the Federal Government’s largest provider of occupational health services (OHS), supporting multiple federal agencies and serving over 1 million federal employees. FOH enters into agreements that are negotiated with federal departments and federal agencies’ national headquarters, and/or with their regional/local components for standard services, including clinical services delivery, expert medical consultation tailored to a particular federal agency’s OHS needs, wellness and health promotion, and behavioral health services. FOH maintains sole responsibility for consulting with its federal agency customers. The Contractor’s primary role is to facilitate delivery of FOH services specified in the draft Statement of Work (SOW) at FOH Service Provision Sites (SPS) by providing Personal Service Contractors (PerSCs) who will perform these services.

FOH defines OHS as the seamless coordination of comprehensive services using a data-driven approach to assist agencies in achieving a culture of health and high performance.

FOH comprehensive services include:

  • Clinical Health Services (CHS) - Occupational medicine services, including medical examination, consulting, and case review services that focus on assessing the medical ability of employees to perform their essential job duties safely, reduce lost workdays, and increase employee productivity.
  • Environmental Health and Safety Services (EHSS) – Services to ensure a safe working environment through site assessments, environmental health oversight of all FOH occupied spaces, emergency preparedness and emergency response.
  • Wellness and Health Promotion Services (WHPS) - Services to assist employees in achieving and maintaining good health through fitness classes and wellness program.
  • Behavioral Health Services (BHS) – Employee assistance program, Work/Life and other services designed to promote emotional well-being and a healthy life balance through stress management, financial and legal counseling, and professional referral.

These services are designed to improve health outcomes and employee productivity, while reducing occupational health risks, absenteeism and overall employee healthcare costs. FOH’s vision is to be the occupational health provider of choice for the federal government.  FOH CHS staff play a critical role in ensuring FOH maintains its status as the premier provider of integrated OHS to federal agencies and their employees. By offering flexible, cost competitive solutions, FOH CHS sets the standard for a culture of health and safety across the federal workforce. The Contractor is required to provide PerSC support for all occupational health services that FOH provides, including health promotion activities, data collection, and Agency/FOH initiatives requiring collaboration.

PerSCs are responsible for providing quality and safe health care, health education, and for raising FOH client awareness of health indicators, associated risks to optimal health, and viable solutions for maintaining optimal health.

CHS achieves these goals through services, including, but not limited to:

  • Occupational Health Examinations – pre-placement, clearance, surveillance, federal motor carrier, and other types of occupational health exams.
  • Immunizations
  • Preventive and routine health screenings
  • Health risk appraisals
  • Occupational health case review programs
  • Travel medicine assessments
  •  Occupational exposure testing and surveillance programs
  • Health education programs
  • Workplace medical emergency response
  • Specialized health services, as requested and approved
  • Consulting

The quality of clinical services and strength of program effectiveness depend heavily on the expertise and experience of the PerSCs who provide direct patient care, occupational health services, and education.

PerSCs will be expected to provide quality services both in individualized and group settings, placing client/patient needs at the forefront of service delivery. All PerSCs will be required to possess and maintain appropriate credentials, licensure, and certifications to provide the specific services called to perform.

PerSCs participation in professional associations and specialized training are strongly encouraged to keep current with identified best practices and medical advancements. Contractor promotion of such participation and pursuits is expected.

SPSs include FOH Occupational Health Centers, FOH Area Offices, and remote sites throughout the contract area. Services provided under this contract shall primarily be performed at the SPSs in accordance with Site Staffing Plan. 

Purpose and Objectives:

Program Support Center (PSC) / FOH is conducting market research to prepare for the continued requirement of providing Clinical Staffing for the Clinical East Region (this region is described in the “Project Requirements” section below). There is a need to provide physicians, physician assistants, nurse practitioners, and registered nurses (to provide the services stated below in the “Project Requirements” section).  

Project Requirements:

Refer to the attached draft Statement of Work.

Anticipated Period of Performance:

The anticipated award date is fourth (4th) quarter fiscal year (FY) 2026. The anticipated period of performance is five (5) years from award including a twelve (12) month base period with four (4) 12-month option periods.

Capability Statement /Information Sought:

Interested companies shall provide detail of up to three (3) similar projects completed within the past three (3) years, including the following information:

  1. Customer Name
  2. Customer Point of Contact (POC) information/Client Email
  3. Total Contract Value
  4. Period of Performance
  5. Brief Description of Services Provided
  6. Is there a CPARS available, yes or no?

Information Submission Instructions:

Questions regarding this Sources Sought must be submitted by email to Angeleana.torres@hhs.gov and Angelina.mulenga@hhs.gov no later than 10:00AM EST on  January 30, 2026.

Phone calls will not be accepted. The Government reserves the right to respond to all, some, or none of the questions that will be submitted.

Interested companies should:

  1. Review all attachments included with this Sources Sought notice
  2. Submit a response that includes:
    • Feedback on the attachments (if any)
    • Complete answers to all items listed under "Capability Statement/Information Sought."
    • Complete answers to all questions in the attached "RFI Questions – Clinical East" document.

Capability statements and responses shall be submitted via email to Angeleana.torres@hhs.gov and Angelina.mulenga@hhs.gov no later than 10:00AM EST on February 23, 2026. The subject line for the email heading shall be “Federal Occupational Health (FOH) Clinical East Staffing”– (enter the Sources Sought reference number PSCFOH-ClinicalEast-PSC347296). Please provide succinct detail and depth to enable Government review and assessment. Please limit responses to ten (10) pages (8 ½ x 11, single-spaced, Times New Roman, 12-point font, ¾ inch margins).

Please add a cover letter to your response with the following information:

  1. Company Name
  2. Company mailing address, telephone number and website address
  3. Company Unique Entity ID number
  4. Company point(s) of contact name and email address
  5. Business Size relative to NAICS code
  6. Any Governmentwide Acquisition Contract (GWAC), General Services Administration (GSA) Schedule vehicle, or other available procurement vehicle your company maintains that could meet this requirement.
  7. Type of Company (e.g., large business, small business, 8(a), woman owned, veteran owned, etc.) as registered in the System for Award Management (SAM).
  8. Identify any/all teaming arrangements

III.  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 the 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.  Information provided will be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation.  Respondent 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.

Any solicitation resulting from the analysis of information obtained will be announced to the public in SAM in accordance with FAR Part 5.  However, responses to this notice will not be considered adequate to responses to a solicitation.

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.

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.