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
    Description

    The Department of Defense, specifically the Army Contracting Command at Crane, Indiana, is seeking proposals for a five-year Indefinite Delivery-Indefinite Quantity (IDIQ) contract for Urinalysis Testing Services. The contractor will be responsible for urine sample collection services, adhering to the Substance Abuse and Mental Health Services Administration (SAMHSA) guidelines, with collections required to be conducted within a 15-mile radius of the Crane Army Ammunition Activity. This procurement is crucial for maintaining workplace safety and compliance with federal drug testing regulations, with a minimum of one test and a maximum of 2,000 tests anticipated over the contract's duration. Interested small businesses must submit their proposals by April 16, 2025, and can direct inquiries to Samantha Ward at samantha.m.ward12.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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
    Water Sample Collection and Analysis Services
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking qualified contractors to provide water sample collection and analysis services at Shaw Air Force Base, Poinsett Range, and Wateree Air Force Recreational Area. The contractor will be responsible for collecting, labeling, transporting, and analyzing water samples from various sources, ensuring compliance with federal, state, and local regulations, including EPA standards, and providing recommendations for remediation as necessary. This procurement is critical for maintaining water quality and safety, with an estimated total award amount of $19 million over a base year and four option years. Interested parties should submit their quotes electronically by the specified deadline and may direct inquiries to Lenore Y. Paseda or Yuleiny Garcia via email.
    NFPC Lab testing IDIQ 3 years
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments at the Crane Army Ammunition Activity in Indiana. The contract encompasses a range of services including electrical, mechanical, hydraulic, pneumatic, and robotic troubleshooting, as well as preventive maintenance and emergency repairs, all adhering to strict safety and regulatory standards. This procurement is critical for ensuring the operational readiness and safety of equipment vital to military operations, with a total contract duration of up to five years, including a base year and four option years. Interested contractors must submit their proposals by December 30, 2025, and are encouraged to attend a mandatory site visit on December 4, 2025, to enhance their understanding of the requirements. For further inquiries, contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
    Hazardous Waste Testing
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for hazardous waste testing services at Schofield Barracks, Hawaii. The procurement involves comprehensive services for hazardous waste sampling, testing, packaging, and transportation to accredited laboratories, adhering to strict environmental regulations and safety standards. This contract is crucial for ensuring compliance with OSHA, EPA, and other regulatory requirements, and includes a Base Year plus four Option Years for performance. Interested small businesses must submit inquiries via email to Travis Tonini at travis.c.tonini.civ@army.mil, with the solicitation anticipated to be issued around December 23, 2025.
    Q301--Actionable-554 (LAB) | NEW - Prostate Testing, Urine, Non Invasive
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 19, is conducting a Sources Sought Notice to identify potential suppliers for Non-Invasive Prostate Testing Kits to support the Rocky Mountain Regional VA Medical Center. The procurement aims to acquire a urine-based molecular liquid biopsy test that differentiates between high and low risk of aggressive prostate cancer without using PSA levels or requiring a digital rectal exam (DRE). This testing is crucial for improving patient outcomes by providing accurate risk assessments for prostate cancer, thereby guiding the need for biopsies. Interested vendors must submit their capabilities, including company details and compliance with Federal Acquisition Regulation (FAR) requirements, by December 16, 2025, at 8:00 AM Eastern Time, to Alejandra Sierra at Alejandra.Sierra@va.gov.
    intoxilyzer maintenance and training
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the maintenance and training of Intoxilyzer 9000 Breath Alcohol Testing instruments at Fort Hood, Texas. The procurement involves a firm-fixed-price, multi-year contract that requires the contractor to perform monthly inspections, preventative maintenance, and ensure compliance with relevant Texas regulations, including reporting any equipment failures within 24 hours and responding to emergencies within 48 hours. This service is critical for maintaining the operational integrity of breath alcohol testing equipment used in law enforcement and public safety. Interested small businesses must submit their responses, including company details and small business status, to the primary contact, SSG Jeffrey Marlon, at marlon.c.jeffrey.mil@army.mil by the specified deadline, as this is a Sources Sought Notice and not a Request for Proposal.
    North Carolina Army/Air National Guard Medical Laboratory Services BPA
    Dept Of Defense
    The Department of Defense, through the North Carolina Army/Air National Guard, is seeking vendors to provide Medical Laboratory Services via a Blanket Purchase Agreement (BPA). The contractor will be responsible for analyzing blood and urine samples collected by the Government, ensuring compliance with all relevant regulations, and delivering electronic test results within 48 hours. This procurement is critical for maintaining the health and readiness of National Guard personnel, and the contract will span a five-year period. Interested vendors must be registered in SAM.gov and submit their proposals, including pricing and technical capabilities, by the specified deadlines. For further inquiries, contact Amy Daniels at amy.b.daniels2.civ@army.mil or Ryan Heald at ryan.l.heald.mil@army.mil.
    Contracted Laboratory Services CONUS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking contractors to provide laboratory testing services for government-owned petroleum products across the Continental U.S. (CONUS). The contractor will be responsible for testing various fuels, including jet fuels, diesel fuels, unleaded fuels, additives, and lube oils, in accordance with military specifications, and for transporting samples to their laboratory facilities. This procurement is critical for ensuring the quality and compliance of fuel products used by the military, with testing required to be completed within specific time frames, including 24/7 availability. The solicitation is expected to be issued between December 2025 and January 2026, with a closing date around January 2026, and interested parties can contact Ralph Dayougar at ralph.1.dayougar@dla.mil or Karen Tom at karen.tom@dla.mil for further information. The contract period will span from March 15, 2026, to March 14, 2028, with options for extension.
    Drug Demand Reduction Program Support Services
    Dept Of Defense
    The Department of Defense, specifically the California Air National Guard, is seeking vendors to provide support services for its Drug Demand Reduction Program (DDRP). The procurement aims to identify contractors capable of managing, implementing, and overseeing DDRP operations, which include specimen collection, training, and compliance with established Department of Defense instructions. This program is crucial for maintaining drug-free standards within the military, ensuring compliance with performance benchmarks, and providing necessary training to personnel. Interested parties must submit their organization information and a tailored capability statement by email to the designated contact, Kristian Martin Perlas, at 195wg.fal.msc.contracting.org@us.af.mil, with the submission deadline not specified in the notice.
    Naval Weapons Station Earle Environmental Laboratory Services
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking proposals from qualified small businesses for Environmental Laboratory Services at the Naval Weapons Station Earle in Colts Neck and Leonardo, New Jersey. The contractor will be responsible for providing all labor, equipment, supplies, and supervision necessary for sampling, certified laboratory analysis, and documentation services related to wastewater and potable water testing. This procurement is critical for ensuring compliance with environmental regulations and maintaining water quality standards, with the contract structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) agreement, featuring a 12-month base period starting March 1, 2026, and four optional 12-month periods. Interested parties must submit their proposals by January 14, 2026, and can direct inquiries to James Martin at james.j.martin3.civ@us.navy.mil or Shelley Toribio at shelley.toribio@navy.mil.