Opportunity
SAM #693JJ6RFI_RA
Professional Medical Review Services for Reasonable Accommodation Program
Buyer
693JJ6 FEDERAL RAILROAD ADMIN
Posted
April 28, 2026
Respond By
May 08, 2026
Identifier
693JJ6RFI_RA
NAICS
621399
The Federal Railroad Administration (FRA), under the Department of Transportation, is conducting market research for professional medical review services to support its Reasonable Accommodations (RA) Program. - Government Buyer: - Federal Railroad Administration (FRA), Reasonable Accommodations Program Manager - U.S. Department of Transportation, Departmental Office of Civil Rights - Services Requested: - Professional third-party medical review services by licensed medical doctors - Objective clinical analyses, functional assessments, and medical record reviews - Consultation on FMLA, return-to-work evaluations, and other employee medical issues - Translation of complex clinical information into workplace-relevant decisions - Evidence of MD licensure required with every report - Strict confidentiality and data security required - Timely delivery: 10 business days for standard reviews, 15 business days for complex reviews (with 48-hour notification of complexity) - Support for processing reasonable accommodation requests, including tracking, decision-making, training, and technical assistance - Unique/Notable Requirements: - All services must be performed by licensed medical doctors - Reports must be legally defensible and evidence-based - Contractor must maintain strict data privacy and confidentiality - Work is performed remotely at the contractor's facility - No specific OEMs or commercial product vendors are named in the opportunity - No product line items or part numbers are specified; the procurement is for professional services only
Description
1. Purpose of the RFI
This Request for Information (RFI) is for market research and planning purposes only and does not constitute a Request for Proposal (RFP). The Federal Railroad Administration (FRA) is issuing this RFI to identify capable sources for professional medical review services and to determine the most appropriate GSA Multiple Award Schedule (MAS) and Special Item Number (SIN) for professional medical review services.
Submission of a response to this RFI is entirely voluntary. Any responses received will be used by the Government solely for the purpose of making appropriate acquisition decisions. There shall be no basis for claims against the government as a result of information submitted in response to the sources sought announcement. The government does not intend to award a contract on the basis of this announcement or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement.
Any information considered proprietary should be noted via appropriate markings. The government will use such information only to inform and support any potential solicitation and contract or for such other purposes as described within this RFI. The goal of this RFI is to:
Identify the industry-standard GSA Category for these specific medical/legal services. Assess the availability of licensed medical doctors capable of performing complex functional analyses. Determine the feasibility of the proposed turnaround time.
Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the outcome of the FRA's review of the information received. Additionally, the FRA does not intend to hold discussions concerning this RFI with any interested parties. However, FRA reserves the right to contact vendors if additional information is required.
2. Description of Requirement
FRA is committed to maintaining an inclusive and productive workforce. The Reasonable Accommodations (RA) Program Manager serves as the primary facilitator for employees and applicants who require workplace modifications due to medical conditions. The mission is to ensure that every individual has the necessary tools and environment to perform essential job functions safely and effectively.
To fulfill this mission, the RA Program Manager must translate complex clinical information into practical, workplace-relevant decisions. However, a significant gap exists when medical documentation is specialized, insufficient, or contradictory. FRA currently lacks the internal clinical expertise to objectively validate these complex medical impairments or to define the specific functional limitations they impose.
Without this expertise, the agency faces a bottleneck in its 25-business-day statutory window for accommodation decisions. This delay creates operational uncertainty for management and delays critical support for employees.
2. Statement of Objectives (SOO)
See Attachment A, SOO
3. Performance Deliverables
Standard Review: 10 Business Days. Complex Review: 15 Business Days (with 48-hour notification of complexity). Licensure: Evidence of MD licensure required with every submitted report.
4. Information Requested from Industry
Interested parties are requested to submit a response (not to exceed 8 pages) addressing the following categories, as well as being in compliance with the requirements set out in Attachment A: Statement of Objectives, Attachment B: FRA Order 3339.1, and Attachment C: DOT Order 1011.1B.
Part A: GSA Schedule and Categorization
GSA Contract Vehicle: Under which GSA Schedule and SIN does your company provide these services? (e.g., Professional Services Category - Technical and Engineering Services (Non-IT), or Medical Services). Labor Categories: Which GSA-approved labor categories do you use for Licensed Medical Doctors performing RA reviews?
Part B: Technical Capability & Qualifications
Clinical Expertise: Describe your experience providing MD-led medical reviews specifically for Federal Reasonable Accommodation programs. Turnaround Feasibility: Can your firm meet the 10/15-day business day requirements? If not, what is the industry-standard TAT for MD-level reviews? Data Privacy: Describe your ability to maintain a "Firewall" between clinical data and agency management, adhering to the Privacy Act of 1974 and OPM/Govt-10.
Part C: Company Profile
Company Name and UEI Number. Your Company’s Primary Business Product or Service Line Commercial and Government Entity (CAGE) Code Unique Entity Identifier (UEI) number Address Including Telephone Number and Email Address Points of Contact Size of Business Pursuant to North American Industry Classification System (NAICS) Codes Current GSA Contract Number(s). If applicable, state whether your company is Small Business; Woman Owned Small Business; Small Disadvantaged Business; 8(a) Certified; HUBZone Certified; Veteran Owned Small Business; or Service-Disabled Veteran Small Business; or a Large Business
5. Submission Instructions
For purposes of the RFI, the response shall include a cover page with the information requested above, not to exceed 8 pages of text; graphics, tables, diagrams, and spreadsheets do not count toward the page. The document(s) shall be prepared using Times New Roman 12-point font style for printing on 8.5 X 11-inch paper. Each page shall identify the submitting respondent and page number. Page Margins shall be no less than 0.5” on all sides.
Please submit responses electronically to KeriAnne Gallagher, Contracting Officer, at kerianne.gallagher@dot.gov no later than May 8, 2026 12:00PM ET.
Please include RFI #693JJ6RFI_RA and FRA Professional Medical Review Services in the subject line of your email. In the email, include a primary contact name, title, organization, and contact information (phone number and email address) for any follow-up. No phone calls will be accepted for this notice.