SOURCES SOUGHT
Q -- USMS Medical Direction and Oversight
- Notice Date
- 2/26/2026 4:59:48 AM
- Notice Type
- Sources Sought
- NAICS
- 622110
— General Medical and Surgical Hospitals
- Contracting Office
- PROCUREMENT DIVISION, OSS LANDOVER MD 20785 USA
- ZIP Code
- 20785
- Solicitation Number
- M-26-A31-R-000137
- Response Due
- 3/13/2026 2:00:00 PM
- Archive Date
- 03/28/2026
- Point of Contact
- Christopher Jones, Julie Simpson
- E-Mail Address
-
christopher.jones10@usdoj.gov, julie.simpson@usdoj.gov
(christopher.jones10@usdoj.gov, julie.simpson@usdoj.gov)
- Description
- REQUEST FOR INFORMATION / SOURCES SOUGHT UNITED STATES MARSHALS SERVICE SPECIAL OPERATIONS GROUP MEDICAL DIRECTION AND OVERSIGHT 1.0 Customer Description This Request for Information (RFI) / Sources Sought (SS) is being issued by the United States Marshals Service (USMS) Procurement Division (PD) for services to be provided to the USMS Special Operations Group (SOG). SOG is a specially trained, rapidly deployable law enforcement element of the USMS capable of conducting complex and sensitive operations throughout the globe intended to further the rule of law. SOG leverages these enhanced capabilities in support of the USMS and the Department of Justice (DOJ) mission to protect, defend and enforce the federal judicial system. 2.0 Background / Overview SOG is in need of contractor support for mission functional areas that are not inherently governmental in nature but are critical in accomplishing the overall mission of SOG. Contractor support will include, but is not limited to: Medical program oversight for approximately twenty-five (25) SOG Medics; Provide physician licensure and authorization for SOG Medics to carry and administer approximately thirty (30) medications including over the counter and prescription medications (including controlled substances); Provide a minimum of forty (40) hours of training per year in the latest advancements in tactical and operational medicine pursuant to the Tactical Combat Casualty Care (TCCC) and/or Tactical Emergency Casualty Care (TECC) guidelines and National Registry of Emergency Medical Technicians (NREMT) certifications; Provide off-line medical direction and program administration; Provide onsite Emergency Medicine Physicians for SOG Selection class; Provide official EMT refresher class and documentation of successful completion. NOTE: This is not a request for quote or proposal (RFQ/RFP). The Government is seeking industry feedback/comments to assist in locating potential sources with the ability to fully satisfy the potential requirement. All firms that believe they can provide the required services may submit their comments and substantiating documentation for review. A draft Performance Work Statement (PWS) is provided. The final version of the PWS may change if a solicitation is issued. Respondents are welcome to make any recommendations they feel may enhance the PWS, or to identify areas where more information is required. 3.0 Response All respondents should provide the following information: A one-page cover letter on company letterhead that includes: Company name and address; UEI and Cage Code; Any applicable Government Wide Contract Vehicle to include GSA Schedule number(s); Company POC name, position, email address and phone number Proposed NAICS code for the services to be provided and company�s business size for that NAICS code Respondents shall provide a response not to exceed four (4) pages which addresses all the performance requirements in the draft PWS. The response should address each requirement and explain how your Company will meet the requirement. If you recommend any changes to the PWS, please include how your company would meet the new requirement. Respondents shall provide a not-to-exceed, one-page document outlining their past performance experience relevant to this requirement. All responses shall be sent via email to christopher.jones10@usdoj.gov for review. 4.0 Conclusion The Government is under no obligation to issue a solicitation for this potential requirement and makes no guarantee that it will occur. All submissions become the property of the USMS and will not be returned to any respondent. Additionally, the Government will not reimburse any interested party/respondent for any cost incurred in responding to this RFI/SS.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4b4ceeaecf5f490bb31845d370d9bb1b/view)
- Place of Performance
- Address: DC, USA
- Country: USA
- Country: USA
- Record
- SN07728900-F 20260228/260226230042 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |