Performance Enhancing Drug (PED) Testing
ID: H92239-25-R-0009Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)HQ USASOC CONTRACTINGFORT LIBERTY, NC, 28310-5200, USA

NAICS

Testing Laboratories and Services (541380)

PSC

MEDICAL- LABORATORY TESTING (Q301)
Timeline
    Description

    The U.S. Special Operations Command (USSOCOM) is seeking proposals for a contract focused on Performance Enhancing Drug (PED) testing, specifically targeting urinalysis for substances on the World Anti-Doping Agency (WADA) prohibited list. The selected laboratory must be WADA-accredited and capable of conducting up to 840 tests during the initial 12-month base period, with the possibility of two additional one-year extensions, while providing expedited results within 7 to 10 business days. This initiative is crucial for maintaining the integrity and performance standards of U.S. Army personnel, reflecting the Department of Defense's commitment to health and compliance in drug testing. Interested vendors should submit their capabilities and relevant information by March 3, 2025, to the primary contact, Noel PerezQuinones, at noel.perezquinones@socom.mil or by phone at 910-432-3781.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Defense (DOD) Drug Demand Reduction Program (DDRP) seeks proposals for a WADA-accredited laboratory to conduct performance-enhancing drug testing for the U.S. Army. This contract focuses on urinalysis testing for substances on the WADA prohibited list, with a base period of 12 months and two optional 12-month extensions. The laboratory must perform up to 840 base tests, with potential increases, and provide expedited testing results within 7 to 10 business days. The contract outlines comprehensive requirements, including subject matter expert consultation, batch processing capabilities, adherence to quality assurance and regulatory standards, and proper record keeping for three years. Laboratories must comply with all guidelines from relevant authorities and are required to maintain specimen integrity throughout the testing process. Additional provisions include mandatory participation in WADA proficiency programs, retention times for positive samples, and detailed reporting obligations for test results. Inspections by DDRP will occur twice a year to ensure compliance. This RFP emphasizes the importance of integrity and scientific validity in drug testing, reflecting the DOD's commitment to maintaining high standards in personnel health and performance.
    The U.S. Army Special Operations Command (USASOC) is conducting market research to identify potential sources for providing comprehensive services related to Performance Enhancing Drug (PED) testing, specifically for analyzing human urine specimens for anabolic steroids. Interested vendors should be accredited by the World Anti-Doping Agency (WADA) and able to meet the specifications in the attached DRAFT Statement of Work (SOW). This Sources Sought Notice is a preliminary step before a formal solicitation, aimed at gathering information about business capabilities, particularly from small businesses. Interested parties are asked to submit their company information, socioeconomic status, and a brief statement of capability, addressing specific questions related to their ability to conduct WADA-standard tests, isotope ratio mass spectrometry, and provide expert analysis. The anticipated period of performance is a 12-month base period with four optional one-year extensions. The applicable NAICS code is 541380 for Testing Laboratories and Services. Responses to this notice are voluntary, with no costs reimbursed, and must be submitted by March 3, 2025.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Warrior Care Global Support Draft RFP
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking proposals for the Warrior Care Global Support (WCGS) program, aimed at providing non-clinical case management and advocacy services for wounded, ill, or injured Special Operations Forces personnel. The procurement focuses on delivering comprehensive support in areas such as Recovery Care Coordination, Military Adaptive Sports, Career Transition, and Benevolence for service members and their families. This initiative is critical for enhancing the recovery and reintegration of affected service members, ensuring they receive the necessary resources and support throughout their transition. Interested contractors must submit their proposals electronically, adhering to specified formats and deadlines, with evaluations based on technical proposals, past performance, and pricing. For further inquiries, potential bidders can contact Allyson Schopper at allyson.n.schopper.civ@socom.mil or Sherri Ashby at sherri.ashby@socom.mil.
    Commercial Solutions Opening (CSO) PEO-SDA
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking innovative solutions through its Commercial Solutions Opening (CSO) for the Program Executive Office SOF Digital Applications (PEO SDA). The objective is to accelerate the integration of commercially derived software innovations into deployable capabilities that enhance the effectiveness of Special Operations Forces (SOF). This initiative is crucial for developing software-intensive programs and technologies that can improve operational efficiency and lethality. Interested vendors are encouraged to submit Solution Briefs for evaluation, with the potential for awards to be made throughout 2024 and 2025. For inquiries, contact Christie Orlando at christie.r.orlando.civ@socom.mil or Kyle Zinnel at kyle.a.zinnel.civ@socom.mil.
    National Registry Emergency Medical Technicians
    Buyer not available
    The U.S. Army Special Operations Command, under the Department of Defense, is seeking information from potential contractors to provide national certifications for Emergency Medical Technicians (EMTs) and Paramedics for the Joint Special Operations Medical Training Center. This Request for Information (RFI) aims to gather insights and capabilities from industry participants to inform future procurement strategies, emphasizing the importance of these certifications in enhancing emergency medical training and operational readiness. Interested firms are required to submit detailed documentation demonstrating their capabilities and relevant experience by October 17, 2024, and must be registered with the System for Award Management. For further inquiries, potential respondents can contact Debbie Harris at debbie.harris.civ@socom.mil or Jonathan D. Long at jonathan.long@socom.mil.
    Human Performance Program Lower Extremity Evaluation Equipment Software License Renewal
    Buyer not available
    The Naval Special Warfare Command, part of the Department of Defense, intends to award a contract to Vald Group, LLC for the renewal of Vald Performance Licenses, which include specialized equipment systems such as Nordbord, Force Frame, and Force Decks. Vald Group, LLC is recognized as the sole authorized vendor for these essential performance evaluation tools, which are critical for specialized military training and assessment of lower extremity performance. The procurement will follow the Federal Acquisition Regulation (FAR) guidelines, specifically under Part 12 for commercial items and FAR Subpart 13 for simplified acquisition procedures, with a Firm Fixed Price Purchase Order anticipated. Interested parties can reach out to Emily Lonigro at emily.lonigro@socom.mil or call 619-415-9286 for further inquiries.
    SOLICITATION - W912CH-25-Q-0004 - TESTING KIT,PETROLE - NSN: 6630-01-165-7133
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Detroit Arsenal, is soliciting proposals for the procurement of 28 units of a petroleum testing kit, identified by NSN: 6630-01-165-7133. This solicitation, W912CH-25-Q-0004, specifies that the contract will be a Firm Fixed Price (FFP) purchase order, with an option for an additional 28 units, and is restricted to the manufacturer's part number SC-B/2HB-C-3D. The testing kits are crucial for chemical analysis in military applications, ensuring compliance with operational standards. Interested offerors must submit their proposals via email by March 5, 2025, at 5:00 PM EST, and should ensure they are registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Diana Jones at diana.jones47.civ@army.mil or Katherine E. MacFarland at katherine.e.macfarland.civ@army.mil.
    Lightweight Machine Gun-Assault (LMG-A) Call for White Papers
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is soliciting white papers for the Lightweight Machine Gun-Assault (LMG-A) project, aimed at enhancing small arms capabilities. Interested vendors must obtain the LMG-A Performance Specification document, dated February 21, 2025, from the Agreements Officer to understand the performance standards required for their submissions. This procurement is critical for advancing military operational effectiveness, particularly in special operations contexts. For further inquiries, potential offerors can contact David Tenenbaum at david.tenenbaum1@socom.mil or Michael (Chris) Watson at michael.c.watson.civ@socom.mil, with submissions adhering to the outlined requirements and deadlines.
    Cisco Desk Pro VTC
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking proposals from small businesses for the procurement of two units of the Cisco Desk Pro Video Teleconferencing (VTC) system, model CS-DESKPRO-NR-K9++. This procurement is critical for enhancing communication capabilities within the Department of Defense, particularly at Camp Lemonnier in Djibouti. The solicitation, identified by number H92276-25-Q-0006, is set aside exclusively for small businesses under the NAICS code 334290, with a proposal submission deadline of March 3, 2025. Interested vendors must submit their quotes along with required documentation to TSgt Bryton Lawson at bryton.h.lawson.mil@socom.mil, adhering to all specified guidelines and technical requirements.
    Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
    Buyer not available
    The United States Special Operations Command (USSOCOM) is seeking to award a non-competitive sole source follow-on contract for the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC) system. This procurement will encompass Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support, primarily aimed at sustaining the AN/ALQ-211 system. The intended award will be a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with a five-year ordering period and a six-month extension option. Interested parties must submit their statements of interest and supporting documentation to Mrs. Stephanie Dillon at stephanie.f.dillon.civ@socom.mil by 10:00 am Eastern Time on December 27, 2024, to be considered for this opportunity.
    Special Operations Forces Training Support Branch (SOFTSB) Training and Exercise TORP
    Buyer not available
    The Department of Defense, through the Defense Threat Reduction Agency (DTRA), is seeking proposals for the Special Operations Forces Training Support Branch (SOFTSB) Training and Exercise TORP. This solicitation aims to acquire professional consulting services that support the training and exercise needs of special operations forces, focusing on enhancing operational readiness and effectiveness. The services procured will play a critical role in ensuring that training exercises are well-coordinated and meet the strategic objectives of the Department of Defense. Interested vendors can reach out to Sharon Lightfoot at sharon.c.lightfoot.civ@mail.mil or Christina Clark at christina.clark3.civ@mail.mil for further details, with the procurement process adhering to the NAICS code 541690 and PSC code R499.
    AV2011 SATCOM Antennas
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is soliciting vendor quotations for the procurement of AV2011 SATCOM antennas under Solicitation Number H92276-25-Q-0005, specifically targeting small businesses. The procurement requires six antennas that meet specific technical specifications, including a frequency range of 240-318 MHz and a gain of +9.6 dBi at 244 MHz and +15 dBi at 318 MHz, to be delivered to Camp Lemonnier in Djibouti. This procurement is crucial for enhancing communication capabilities in operational environments, and vendors must ensure compliance with federal acquisition regulations, including registration in the System for Award Management (SAM). Quotes are due by February 28, 2025, with questions accepted until February 21, 2025; interested parties can contact Bryton Lawson at bryton.h.lawson.mil@socom.mil for further information.