Urinalysis Testing IDIQ
ID: W519TC-25-Q-DTESType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Testing Laboratories and Services (541380)

PSC

MEDICAL- LABORATORY TESTING (Q301)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 17, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 5:30 PM UTC
Description

The Department of Defense, specifically the Army Contracting Command in Rock Island, Indiana, is seeking proposals for a five-year Indefinite Delivery-Indefinite Quantity (IDIQ) contract for Urinalysis Testing services. The procurement involves urine sample collection services, which must comply with the Substance Abuse and Mental Health Services Administration (SAMHSA) guidelines, and will be conducted within a 15-mile radius of the Crane Army Ammunition Activity. This contract is crucial for maintaining workplace safety and regulatory compliance through drug testing, with a minimum of one test and a maximum of 400 tests per year, totaling between 5 and 2,000 tests over the contract's life. Interested small businesses must submit their proposals by April 16, 2025, and can direct inquiries to the primary contact, Samantha Ward, at samantha.m.ward12.civ@army.mil, or the secondary contact, Bryce Willett, at bryce.t.willett.civ@army.mil.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 6:05 PM UTC
The Crane Army Ammunition Activity (CAAA) requires a contractor for urine specimen collection for drug testing, necessitating services within a 15-mile radius of Crane, Indiana. The contractor must adhere to the Substance Abuse and Mental Health Services Administration (SAMHSA) guidelines and is responsible for various collection types, including pre-employment, random, and post-accident testing. Collections during duty hours require advance notice, while after-hours and weekend collections will be on an on-call basis. The contractor will receive necessary supplies from CAAA and must report any issues that arise during collections immediately. Specimens must be sent via FedEx using provided materials. Monthly reports detailing collection activities are required upon request. Additionally, contractor personnel must complete specific security and awareness training, comply with background check requirements, and report all labor hours accurately. Performance will be assessed based on deadlines, accuracy, and compliance with quality standards, with consequences for failing to meet requirements. This document outlines the administrative and operational framework for a vital federal drug testing initiative, ensuring workplace safety and regulatory compliance.
Apr 8, 2025, 6:05 PM UTC
The document presents a pricing evaluation sheet for a government procurement case concerning urinalysis testing. It outlines pricing structures across five ordering periods for varying quantities, reflecting a minimum guaranteed quantity of one test. The evaluation categorizes unit prices into ranges based on quantity, detailing cost per unit from $32.64 to $35.99, accompanied by weight percentages for each respective quantity range. The weighted evaluation prices indicate a total evaluated price of $51.68 for the contract line item number (CLIN) 0001. The structure is organized to aid government evaluators in assessing the financial aspects of the proposal for compliance with federal standards in the context of Requests for Proposals (RFPs) and grants. This pricing evaluation is integral to determining the best value for public funds in the procurement process.
Apr 8, 2025, 6:05 PM UTC
The document outlines the requirements and representations needed for government contractors regarding the use of covered telecommunications equipment or services, following the provisions of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It establishes the prohibition against procuring items that utilize such equipment or services, emphasizing compliance for federal contracts initiated after August 13, 2019, and August 13, 2020, respective to sections 889(a)(1)(A) and 889(a)(1)(B). Contractors must either affirm or deny their provision and use of covered telecommunications equipment, with stipulations for disclosure based on their responses. Specific details regarding the entity producing any covered equipment, descriptions, and justifications for their use must be provided if applicable. This document serves as a crucial compliance measure aimed at safeguarding governmental procurement processes by ensuring that contractors are not engaging with technologies that pose national security risks related to telecommunications and surveillance, thereby streamlining the procurement of safe and reliable services. It is vital for contractors to review the System for Award Management (SAM) for any excluded entities to ensure eligibility for federal awards.
Apr 8, 2025, 6:05 PM UTC
The document outlines the requirements for offerors participating in federal procurements through representations and certifications, primarily in the context of commercial products and services under FAR 52.212-3 Alt I. It specifies key definitions, such as small business concerns, economically disadvantaged women-owned small businesses, and service-disabled veteran-owned small businesses. Offerors must verify the accuracy of their representations, detailing their business status and compliance with various federal regulations, including the Buy American Act and compliance with labor laws. Essential factors include confirming no involvement in forced child labor, maintaining awareness of covered telecommunications equipment, and declaring any restricted business operations in Sudan or dealings with foreign entities like Iran. The document mandates specific certifications related to taxes, prior performance, and delinquency liabilities, ensuring transparency in government contracting practices. The comprehensive nature of these requirements reflects the government’s intent to promote fair participation among diverse business owners while safeguarding compliance and ethical standards in procurement processes.
The document outlines Wage Determination No. 2015-4821 under the Service Contract Act, detailing minimum wage requirements for federal contracts in Indiana. Contractors must comply with Executive Order 14026, mandating a minimum hourly wage of $17.75 for new contracts and renewals beginning on or after January 30, 2022. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is $13.30. The determination lists wage rates for various occupations, fringe benefits, and guidelines for additional classifications under the conformance process. It emphasizes contractor responsibilities for paid sick leave and aligns health and welfare benefits at $5.36 per hour. The document serves as a comprehensive guide for contractors involved in federally funded projects, ensuring compliance with labor standards and fair compensation practices for workers within the designated Indiana counties.
Lifecycle
Title
Type
Urinalysis Testing IDIQ
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Drug Testing Kits
Buyer not available
The Department of Defense, specifically the Marine Corps Recruiting Command, is seeking proposals for the provision of single-use instant drug testing kits to be utilized at Military Entrance Processing Stations (MEPS) during the enlistment process. The kits must meet specific drug detection parameters, including testing for various substances at designated cutoff levels and incorporating built-in validity tests. This procurement is crucial for standardizing drug testing processes within military enlistment, ensuring compliance with federal regulations and operational efficiency, with an estimated total requirement of 477,200 kits over a five-year period. Interested HUBZone small businesses must submit their proposals by May 2, 2025, and can direct inquiries to Dedriene Green at dedriene.l.green.civ@usmc.mil or Kacy Mohead at kacy.m.mohead@usmc.mil.
West Desert Test Center (WDTC) Mission Support Services (MSS) Follow On Solicitation W51EW725RA001 Amendment 0001
Buyer not available
The Department of Defense, specifically the Army Mission and Installation Contracting Command, is soliciting proposals for the West Desert Test Center (WDTC) Mission Support Services (MSS) Follow On Contract, identified as W51EW725RA001. This procurement aims to secure non-personal services, including qualified personnel and necessary supplies, to support developmental and operational testing of Chemical and Biological defense systems at the Dugway Proving Ground in Utah. The contract will span a total of eight years, including a 60-day phase-in period followed by a four-year and ten-month base period, with an option for an additional two years. Interested small businesses must submit their proposals by April 29, 2025, and can direct inquiries to Eukia Bryant at eukia.d.bryant.civ@army.mil or Ingrid Smith at ingrid.v.smith.civ@army.mil.
Chemical Latrines & Pumping
Buyer not available
The Department of Defense, specifically the U.S. Army Yuma Proving Ground, is soliciting quotes for a contract to provide chemical latrines and pumping services in Yuma, Arizona. The procurement involves the delivery and servicing of portable latrines and hand wash stations, as well as the pumping and disposal of waste from various septic systems and grease traps, with a focus on maintaining environmental compliance and sanitation standards. This contract is crucial for ensuring hygiene in military operations and public venues, reflecting the government's commitment to maintaining operational efficiency and safety. Interested small businesses must submit their quotes by May 13, 2025, and can direct inquiries to Damaris Castillo at damaris.i.castillo.civ@army.mil or Amanda Ramirez at amanda.m.ramirez24.civ@army.mil.
TESTING KIT, PETROLEUM - W912CH24R0093
Buyer not available
The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal (ACC-DTA), is seeking proposals for the procurement of 70 Testing Kits for Petroleum, with an option for an additional 70 units. This solicitation is for a Firm-Fixed Price (FFP) contract, which includes a technical data package and is set aside for small businesses under the SBA guidelines. The testing kits are critical for ensuring the quality and safety of aviation petroleum, adhering to military specifications and standards outlined in the Technical Data Package (TDP). Interested parties must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) system by 5:00 PM on April 14, 2025, and can direct inquiries to Clarissa Dixon at clarissa.n.dixon.civ@army.mil.
PIMC – CPPR Urinalysis Equipment & Service Agreement
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a Cost Per Reportable Result Agreement for CPPR Urinalysis Equipment and Service Agreement at the Phoenix Indian Medical Center (PIMC) in Phoenix, Arizona. The procurement involves supplying fully automated urinalysis analyzers capable of conducting urine chemistry, microscopy, and body fluid testing, along with necessary reagents, consumables, technical support, and training, all at no additional cost. This initiative is crucial for enhancing laboratory capabilities and ensuring quality healthcare services through advanced diagnostic technology. Interested contractors must submit their quotes by April 24, 2025, with the contract period anticipated to run from June 21, 2025, to May 31, 2026, and can contact Kenneth Nicholson at kenneth.nicholson@ihs.gov for further information.
Shafer Dam/Success Lake Water Testing
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for water testing services at Success Lake, located near Porterville, California. The contractor will be responsible for conducting monthly water quality tests at five designated sites, ensuring compliance with California state standards, and reporting results to the Operations Project Manager. This procurement is crucial for maintaining public health and environmental standards, emphasizing the importance of rigorous water quality monitoring. Interested small businesses, particularly women-owned small businesses, must submit their proposals by the specified deadlines, with inquiries directed to Luis Valencia at luis.a.valencia@usace.army.mil. The contract period spans from June 2025 to May 2026, with options for four additional years, and will be awarded based on a Firm Fixed Price arrangement.
DRINKING WATER SAMPLING AND ANALYSIS
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for drinking water sampling and analysis services at Seymour Johnson Air Force Base and Blakeslee Air Force Recreation Area. The contractor will be responsible for collecting, transporting, analyzing, and reporting water samples in accordance with North Carolina Department of Environmental Quality (NC DENR) guidelines, focusing on parameters such as bacteriological content, lead, copper, nitrates, and Total Trihalomethanes. This procurement is crucial for maintaining public health and safety standards at military installations, ensuring compliance with federal and state regulations. The total award amount is estimated at $19 million, with a firm fixed price contract structure, and interested parties must submit their proposals by April 15, 2025, to the designated contacts Angela Gibson and TSgt Glinnis Thompson.
Facilities Project Management and Quality Assurance Support Logistics (LOG), Walter Reed Army Institute of Research (WRAIR)
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking proposals from small businesses for Facilities Project Management and Quality Assurance Support Logistics at the Walter Reed Army Institute of Research (WRAIR). The contract aims to provide essential services for overseeing medical research facility operations and maintenance, ensuring compliance with quality standards across facilities ranging from 22,140 to 1,000,000 square feet. This procurement is critical for maintaining operational continuity and supporting military health research initiatives, with a contract period from May 16, 2025, to May 15, 2030, and options for extensions. Interested parties must submit their proposals by April 21, 2025, and direct inquiries to Nathaniel Reus at nathaniel.a.reus.civ@health.mil or 301-619-9209.
Water Lab Analysis Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Water Lab Analysis Services through a combined synopsis/solicitation process. The objective is to establish a Firm Fixed Price Blanket Purchase Agreement for commercial services related to chemical testing of water and hazardous waste characterization, with a focus on compliance with environmental regulations and safety standards. This procurement is crucial for ensuring environmental compliance and public health, as it involves routine and emergency sampling and testing using EPA-approved methods. Proposals must be submitted electronically by 1:00 PM EDT on May 14, 2025, to the designated contacts, Brandon Bolen and Edward A. Huchison, with a total contract value capped at $200,000 for the period from July 1, 2025, to June 30, 2030.
Air Force Drug Testing Laboratory (AFDTL) Medical Waste and Personal Identifiable Information (PII) Disposal Services
Buyer not available
The Department of Defense, specifically the Air Force Drug Testing Laboratory (AFDTL), is seeking qualified contractors to provide Medical Waste and Personal Identifiable Information (PII) Disposal Services at Joint Base San Antonio (JBSA) Lackland AFB, Texas. The contract will be performance-based, covering a base year with four optional years, and aims to ensure the proper removal and destruction of approximately 1 million urinalysis samples and around 200,000 pounds of medical waste generated from drug testing operations. This procurement is critical to support the AFDTL's mission of detecting and deterring drug use among military personnel while adhering to federal guidelines for waste and PII management. Interested businesses must submit their qualifications and relevant information by April 25, 2025, to Theresa Jackson at theresa.jackson.5@us.af.mil or Jocef Hernandez at jocef.hernandez.2@us.af.mil for further inquiries.