Skip to content
Department of Homeland Security

Medical Support Services for CBP (including medical exams, fitness for duty, drug testing, and related services)

Solicitation: 70B06C26R00000017
Notice ID: edbc7374fcc7490a9b99c6e95192815b

Solicitation from US CUSTOMS AND BORDER PROTECTION • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: DC. Response deadline: Apr 21, 2026. Industry: NAICS 621399 • PSC Q999.

Market snapshot

Awarded-market signal for NAICS 621399 (last 12 months), benchmarked to sector 62.

12-month awarded value
$19,468,120
Sector total $561,028,404 • Share 3.5%
Live
Median
$8,130,535
P10–P90
$8,130,535$8,130,535
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
3.5%
share
Momentum (last 3 vs prior 3 buckets)
+1016%($16,266,640)
Deal sizing
$8,130,535 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
Washington, District of Columbia • 20229 United States
State: DC
Contracting office
Washington, DC • 20229 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2007-0117 (Rev 36)
Open WD
Published Dec 03, 2025District of Columbia
24510
Barber
Base $22.87Fringe $0.00
24540
Beautician (Cosmetologist)
Base $22.87Fringe $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, and 4 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. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE Standard Form 1444 (SF-1444) Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be retroactive to the commencement date of the contract (See 29 CFR 4.6(b)(2)(iv)(C)(vi)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, U.S. Department of Labor, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the ""Service Contract Act Directory of Occupations"" (the Directory) should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination.

Point of Contact

Name
Shaun G. Saad
Email
shaungalen.saad@cbp.dhs.gov
Phone
2024251732
Name
Peter Giambone
Email
peter.a.giambone@cbp.dhs.gov
Phone
Not available

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
US CUSTOMS AND BORDER PROTECTION
Subagency
MISSION SUPPORT CONTRACTING DIVISION
Office
Not available
Contracting Office Address
Washington, DC
20229 USA

More in NAICS 621399

Description

A0001- adding ATTACHMENT 2 

FINAL RFP posted 3/31/2026.

1. Requirement Overview

U.S. Customs and Border Protection (CBP), Office of Human Resources Management, is seeking proposals for comprehensive Medical Support Services. This requirement supports both the National Programs Division (NPD) and the CBP Hiring Center (HC), and includes:

  • Employee Services (NPD): Fitness for duty evaluations, return to work reviews, medical documentation reviews, medical and psychiatric consultations, and administration of the Drug-Free Workplace Program (DFWP), including drug testing and Medical Review Officer (MRO) services.
  • Pre-Employment Services (CBP HC): Pre-employment medical examinations, fitness testing (PFT-1), drug test specimen collection, laboratory analysis, medical and mental health consultations, and MRO services for candidates.
  • Scope: Services are required nationwide and at select international locations. The contractor must maintain a network of facilities capable of providing services within a 60-mile radius of employee or candidate locations (exceptions for overseas).
  • Volume: The contract supports high-volume, time-sensitive processing, with historical annual volumes exceeding 40,000 pre-employment medical exams, 50,000 fitness tests, and 45,000 drug tests.

2. Key Contract Features

  • Contract Type: Firm Fixed Unit Price, Indefinite Delivery/Indefinite Quantity (IDIQ).
  • Period of Performance: 60 months (five 12-month ordering periods).
  • Minimum/Maximum: Minimum order value is dollars obligated on first task order.
  • Security: Contractor personnel must undergo background investigations and comply with DHS/CBP security, privacy, and IT requirements.
  • Quality Assurance: Strict quality control and reporting requirements, with penalties for late or inaccurate deliverables.

3. Instructions to Offerors

Proposal Submission

  • Two-Phase Process:
    • Phase I: Written technical/management approach, past performance and prior experience questionnaire.
    • Phase II: Oral presentation, Small Business Utilization Plan, and cost/price proposal.
  • Submission Format: Electronic files only; detailed instructions and naming conventions are provided in the solicitation. Multiple emails may be sent in order to submit complete volumes. 
  • Required Content: Proposals must address all requirements in the Statement of Work (SOW), demonstrate network coverage, and describe quality control and transition plans.
  • Key Personnel: Resumes and letters of commitment for all key positions must be included.
  • Exceptions/Deviations: Any exceptions to terms or requirements must be clearly stated and justified.

Evaluation Criteria

  • Factors: Technical & Management Approach, Prior Experience, Past Performance, Oral Presentation, Small Business Utilization, and Cost/Price.
  • Relative Importance: see RFP section III
  • Best Value: Award will be made on a best value trade-off basis.

Additional Requirements

  • Security and Privacy: Compliance with all DHS and CBP security, privacy, and IT requirements is mandatory.
  • Transition: Offerors must provide a detailed transition-in plan with their proposal.
  • Quality Control: Submission of a draft Quality Control Plan is required within 5 days of award.

4. Attachments

The following attachments are included with this solicitation:

  1. Attachment 1: Statement of Work (SOW) – Medical Support Services (Final, March 2026)
  2. Attachment 2: Small Business Utilization Plan (Template) 
  3. Attachment 3: Historical Duty Locations
  4. Attachment 4: Price Proposal Template
  5. Attachment 5: Past Performance Questionnaire 
  6. Attachment 6: Prior Experience Questionnaire
  7. Attachment 7: Wage Determinations 

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.