Opportunity

SAM #70LGLY26RGLB00001

Enterprise Health Unit Services and Medical Equipment Support for FLETC Sites

Buyer

FLETC Glynco

Posted

March 27, 2026

Respond By

April 16, 2026

Identifier

70LGLY26RGLB00001

NAICS

621399, 621610, 621999

This opportunity involves the Department of Homeland Security's Federal Law Enforcement Training Centers (FLETC) seeking Enterprise Health Unit Services across multiple training locations. - Government Buyer: - Department of Homeland Security (DHS), Federal Law Enforcement Training Centers (FLETC) - Glynco Operations, with additional sites in Artesia, NM; Charleston, SC; and Cheltenham, MD - Products and Equipment (Glynco site inventory): - Medical Devices and Equipment: - Automated External Defibrillators (Heartsine Samaritan 450P) – 3 units - Automatic Blood Pressure Machines (Welch Allyn/Hillrom 44WT) – 7 units - EKG Machines (Burdick ELI 280) – 3 units - Glucometers (Bayer Contour) – 5 units - Ophthalmoscope/Otoscope Combos (Welch Allyn GS777) – 7 units - Oral Thermometers (Welch Allyn SureTemp Plus) – 5 units - Tympanic Thermometers (Welch Allyn Braun Thermoscan) – 7 units - Spirometer (EasyOne Plus 2010) – 1 unit - Vision Machine (Honeywell TitmusV2) – 1 unit - Various scales, phlebotomy chair, pulse oximeters, and other clinical tools - Medical Furniture and Supplies: - Exam tables, phlebotomy chair, wheelchairs (multiple models), IV stands, Mayo trays, recliners, and more - Sharps containers, gloves holders, biohazard and regular trash cans - Office and IT Equipment: - Dell desktop computers (15), Dell monitors (15), Dell laptops (7) - HP printers (7), Brother and Canon scanners (3) - Patient registration hardware (Topaz, 3 units) - Motorola APX 6000 radios (2) - Government Vehicles: - Chrysler Pacifica Van, Ford Transit Van, Chevy Bolt Sedan, Ford E350 Super Duty Van, Citicar Electric Golf Cart - Services Requested: - Enterprise Health Unit Services (EHUS) at four FLETC Training Delivery Points - Includes all ambulatory health care and support services as defined in the solicitation and attachments - Unique/Notable Requirements: - Competitive Woman-Owned Small Business Set-Aside - Fixed price, Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with task orders for each site - Service Contract Act applies with Department of Labor Wage Determinations - Phase-in period required after award - Detailed equipment inventory and government-furnished property at Glynco site - OEMs Highlighted: - Heartsine, Welch Allyn, Burdick, Bayer, Honeywell, Dell, HP, Motorola, Brother, Canon, Topaz, Invacare, Everest and Jennings, Hoshizaki, Lasko, Kenmore, Black and Decker, Seca, Tanita, Linak, Dazor, Purific, Ford, Chrysler, Chevy, Citicar - Locations: - FLETC Glynco (Brunswick, GA), FLETC Artesia (Artesia, NM), FLETC Charleston (Charleston, SC), FLETC Cheltenham (Cheltenham, MD)

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice.

This is a solicitation for Enterprise Health Unit Services for Department of Homeland Security (DHS) Federal Law Enforcement Training Centers (FLETC) for four Training Delivery Points (TDPs), namely: Glynco, Georgia – Artesia, New Mexico – Charleston, South Carolina – Cheltenham, Maryland as supplemented with additional information included in this notice.

The solicitation number for this requirement is 70LGLY26RGLB00001 and is issued as a Request for Proposal (RFP) for Enterprise Health Unit Services (EHUS) for Department of Homeland Security (DHS) Federal Law Enforcement Training Centers (FLETC) locations: Glynco, Georgia; Artesia, New Mexico; Charleston, South Carolina; and Cheltenham, Maryland.

The subject solicitation has incorporated provisions and clauses that are in effect through Federal Acquisition Circular 2025-06 dated 10/01/2025.

This commercial item acquisition is being solicited as a competitive Woman-Owned Small Business Set-Aside. It is anticipated that a single award, fixed price, Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract will be established as a result of the solicitation with Task Orders awarded for each site.

The North American Industry Classification System Code (NAICS) is 621999 All other Miscellaneous Ambulatory Health Care Services and the Small Business Standard is $20.5 million. Product/Service Code is R499 Support – Professional: Other.

The Offeror shall clearly present information adequate to evaluate fully each of the evaluation criteria listed in this solicitation. Therefore, Offerors are advised to read carefully the entire Request for Proposal (RFP) and submission requirements.

Notice to Offeror(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.”

Notice to Offeror(s): Site Visits will not be conducted. The health unit buildings for all locations are defined in the Performance Work Statement (PWS) Part 3 of the solicitation.

Questions: Questions regarding the Request for Proposal (RFP) shall be submitted in writing not later than 12:30 PM Eastern Time (ET), March 31, 2026, to the Contracting Officer Sheryle Wood at sheryle.wood@fletc.dhs.gov. No questions will be accepted after this deadline.  Telephonic inquiries shall not be entertained. 

Proposal due date:

Closing Time: 12:30 P.M. Eastern Time (ET)

Closing Date: April 16, 2026

Email proposal to the Contracting Officer at sheryle.wood@fletc.dhs.gov.

Provision 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (SEP 2023) applies to this acquisition and included in Section E of this instrument. 

Provision 52.212-2, Evaluation – Commercial Products and Commercial Services (NOV 2021) applies to this acquisition and included in Section E of this instrument.

Clause 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services (NOV 2023) applies to this acquisition and included in Section C of this instrument.

The Service Contract Act is applicable to this acquisition. The following Department of Labor Wage Determinations apply to this acquisition and included as Exhibits of this instrument.

Technical Exhibit 5: DOL WD 2015-4281 Revision 35 dated 12/3/2025 covering District of Columbia, Maryland, Virginia. Technical Exhibit 6: DOL WD 2015-4427 Revision 32 dated 12/3/2025 covering South Caroline Counties of Berkley, Charleston, Dorchester. Technical Exhibit 7: DOL WD 2015-4477 Revision 33 dated 12/3/2025 covering Georgia Counties of Brantley, Glynn. Technical Exhibit 8: DOL WD 2015-5455 Revision 29 dated 12/3/2025 covering New Mexico Counties of Chaves, Eddy, Lincoln, Otero.

Phase-In Period. A phase-in period of approximately one month is planned and will commence after the award of contract.  There is a specific pricing line in the Schedule of Prices Base Period for the phase-in period and should be identified in detail within the pricing submission. If there is no cost associated with phase-in, it should also be identified.

View original listing