Opportunity
SAM #W912JB26QA030
Medical Surveillance Exams and Occupational Health Services for Michigan Army National Guard
Buyer
USPOF Activity MI ARNG
Posted
April 26, 2026
Respond By
May 29, 2026
Identifier
W912JB26QA030
NAICS
621399, 621498
The Michigan Army National Guard (MIARNG), under the Department of Defense and Department of the Army, is seeking a contractor to provide comprehensive Medical Surveillance Exams for up to 840 personnel in the Lansing, Michigan area. - Government Buyer: - United States Property and Fiscal Office (USPFO) for Michigan Army National Guard (MIARNG) - Contracting office located at 3423 N Martin Luther King Jr Blvd, Lansing, MI 48906 - Products/Services Requested: - Medical surveillance exams and occupational health services for up to 840 personnel - Includes job-related medical exams, audiograms (up to 400), pulmonary function tests (up to 200), quantitative fit testing (up to 200), vision screenings, laboratory tests (up to 400), dermatological exams, and chest X-rays (up to 200) - Infectious waste disposal in compliance with regulations - All services to be performed by Board Certified Occupational Medicine Physicians and licensed professionals - Compliance with OSHA, NIOSH, and other relevant standards required - Coordination with MIARNG Occupational Health Manager - Services performed at contractor's site - Unique or Notable Requirements: - Compliance with NIST SP 800-171 cybersecurity standards - Active SAM registration required - Technical and pricing volume submissions required - Maximum BPA ceiling of $990,000, with individual calls ranging from $200 to $100,000 - Five-year Blanket Purchase Agreement (BPA) with no option years - No specific OEMs or vendors are named in the solicitation - Place of performance and inspection is Lansing, Michigan
Description
Solicitation number: W912JB-25-Q-A005 Request For Quote (RFQ)
Title: BPA Master: Medical Surveillance Exams
Set Aside: unrestricted
NAICS: 621399 Offices of All Other Miscellaneous Health Practitioners
PSC: Q201 Medical – Managed Healthcare
Contracting Office: USPFO-MI, 3423 N MLK JR BLVD, LANSING MI 48906
BLA A BPA is not a binding contract but an agreement. Prices submitted on the Attachment B – List of Tests spreadsheet will be used to determine fair and reasonable pricing. At the time of the call order, the prices must be set prior to an order being placed against the BPA. Additionally, either party by written request may terminate or re-negotiate an agreement provided a 30-day written notification is given. The BPA’s period of performance is for a five-year period unless terminated by either party or the BPA ceiling max dollar limit has been met. The maximum amount for the five-year period may not exceed $990,000. BPA Calls may be a minimum of $200 and limited to $100,000. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, FAR 13 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued.
1.0 REQUEST FOR QUOTE
1.1 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-06.
1.2 Set aside is full and open competition.
1.3 NAICS: 621399 Offices of All Other Miscellaneous Health Practitioners
1.4 PSC is Q201 Medical - Managed Healthcare
1.5 Period of performance: March 16, 2026 – March 15, 2031
1.6 Requirement details are in Attachment A - Performance Work Statement.
1.7 Attachment B provides the list of testing that may be required.
1.8 Applicable provisions and clauses are provided in Attachment C.
2.0 QUOTE FORMAT
2.1 The offeror is expected to ensure compliance with all laws, regulations, standards, and any other constraints specifically identified in the solicitation. A statement of acknowledgement must be included in the quote to conform with all terms, conditions, provisions and clauses in the solicitation.
2.2 Company information shall include from sam.gov entity registration the: name and address (include ‘doing business as’ (dba) name), point of contact information (name, email and phone number), UEI and CAGE codes Tax identification number
2.3 The acceptable electronic format shall be compatible with Microsoft 365 or PDF Adobe.
2.4 All documents shall be labeled with the solicitation number (W912JB26QA030) and not be password protected.
2.5 The offeror should assume the Government has no prior knowledge of its capabilities and experience. The Government will base its evaluation on the information presented in the offeror’s quote.
3.0 VOLUME 1 - TECHNICAL CAPABILITY
3.1 The proposal shall present relevant information articulating the offeror’s proposed approach to meeting the PWS requirements. This section shall clearly demonstrate the offeror’s understanding by providing a clear description of the proposed approach to performing the work. The offeror’s description should include a clear description of all processes and procedures employed. Offerors shall provide relevant experience (for this purpose, experience refers to what an offeror has done, not how well it was accomplished) in performing proposed processes and procedures. Offers must submit a technical approach to include narrative of the quality assurance plan process.
3.2 Past performance of relevant experiences may be included as an example of how the technical approach has been previously performed. This information shall not be more than five years prior to the solicitation issuance date.
3.3 At least one of the recent past performance references shall include performance of the same or similar requirements as those described in PWS paragraph 5.
3.4 Provide a brief description of the work performed describing the similarities between the relevant work performed in comparison to the PWS paragraph 5.
3.5 The offeror shall not rephrase or restate the requirements but shall provide convincing rationale to address how the offeror intends to meet those requirements.
3.6 Technical capability and past performance will be used for evaluation.
4.0 VOLUME 2 - PRICING
4.1 Pricing shall be submitted on Attachment B – List of Tests. Future task orders will be based on the anticipated tests needed for the period of performance at the price listed.
4.2 The offeror shall prominently list the expiration date of the pricing for a minimum of 60 days.
5.0 SAM REGISTRATION/JOINT VENTURE
5.1 The offeror must have an active registration on sam.gov at the time of award.
5.1.1 The registration must be active throughout the period of performance to be able to submit an invoice in WAWF.
5.2 In accordance with Class Deviation 2023-O0001 effective October 28, 2022, a small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories: A) Small business; B) Service-disabled veteran-owned small business; C) Women-owned small business (WOSB) under the WOSB Program; D) Economically disadvantaged women-owned small business under the WOSB Program; or E) Historically underutilized business zone small business.
6.0 NIST COMPLIANCE
6.1 in accordance with DFARS 252.204-7020, the contractor shall submit a self-assessment on safeguarding covered defense information that resides in or transits through covered contractor information systems by applying network security requirements.
6.2 National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 provides 110 controls that the contractor shall self-evaluate to determine compliance.
6.3 Assessment to be submitted on Procurement Integrated Enterprise Environment (PIEE) to login to the Supplier Performance Risk System (SPRS) module prior to submitting a quote.
6.4 The assessment shall be no more than three years since reporting.
7.0 EVALUATION
7.1 The Government intends to award to a single contractor that provides the best value to the Government which meets all the technical specifications and provisions listed in this RFQ.
7.2 The government intends to award to the responsible contractor whose quote, conforming to the solicitation, is most advantageous to the government based on price and other factors that provide the best value.
7.2.1 Best value will be determined by evaluating price, past performance, and technical approach. Technical capability will be established by evaluating the experience the contractor has with relevant and similar contracts. Technical approach and technical capability will be evaluated as acceptable or unacceptable. All factors are rated approximately equal.
7.3 The government may award to other than the lowest priced quote if the factors of technical capability and technical approach provide the best value and exhibit betterments above the minimum requirements identified in the RFQ.
7.4 Negative or adverse information on FAPIIS or SPRS in the last three years may render your quote unacceptable.
8.0 AWARD
8.1 In accordance with FAR 12.207, a firm-fixed contract shall be issued.
8.2 The BPA master agreement will be in effect for a five-year period or if the ceiling amount has been reached.
8.2.1 Task orders will specify the dates of period of performance to begin March 16, 2026 through March 15, 2031 unless otherwise instructed.
8.3 The contractor shall communicate with the Contracting Officer Representative (COR) to schedule the preliminary performance once a task order has been issued against the BPA.
9.0 BILLING INSTRUCTIONS
9.1 Invoice terms are Net 30 days.
9.2 Invoices must be for services performed. Invoices will not be accepted for billing future services during the period of performance.
9.3 Inspection and acceptance will be at Lansing, Michigan.
9.4 Quantity for services corresponds to the number of invoices to be submitted per month during the time of performance.
9.5 Invoices must be submitted through Wide Area Work Flow (https://piee.eb.mil).
9.5.1 Instructions are on clause 252.232-7006.
9.5.2 The invoiced amount for the CLIN shall not exceed the unit of issue amount.
9.5.3 Invoices shall be submitted after the service has been completed.
9.5.4 The Contracting Officer Representative (COR) has seven days to inspect the submitted invoice, and seven days to accept or reject the invoice. Once accepted, the request is submitted to the USPFO Pay Office for processing; when approved, the request is sent to DFAS for EDI transmission to the contractor.
10.0 QUOTE SUBMISSION INSTRUCTIONS
10.1 Refer to clause 52.212-1 Instructions to Offerors for preparation of the quote. An SF1449 is not required in accordance with FAR 12.603(b).
10.2 The quote shall not contain citations or active links to internet pages. Any linked information will not be accepted and removed from the quote.
10.3 Questions due: 20 May 2026, 12:30 pm Eastern Standard Time (EST).
Questions must be submitted via email to bonnie.l.reineer.civ@army.mil. Questions will not be answered via telephone.
10.4 It is the offeror’s responsibility to ensure all required documentation is provided in its entirety before the date and time set for closing of the solicitation.
10.4.1 Statement of Acknowledgement
10.4.2 Volume I – Technical Capability
10.4.3 Volume 2 – Pricing
10.4.4 SF30 signed if the solicitation is amended
10.5 Quotes due: 29 May 2026 – 12:30 p.m. Eastern Standard Time (EST)
10.5.1 Quotes must be submitted electronically to bonnie.l.reineer.civ@army.mil and to ng.mi.miarng.mbx.uspfo-pc-vendors@army.mil.
10.6 The Government reserves the right to require minor clarifications or to hold discussions. However, the Government may award without requesting clarification for ambiguity.