National On-Site Drug Testing Laboratory
ID: USCA25R0183Type: Solicitation
Overview

Buyer

ADMINISTRATIVE OFFICE OF THE US COURTSADMINISTRATIVE OFFICE OF THE US COURTSAOUSC-PROCUREMENT MANAGEMENT DIVWASHINGTON, DC, 20002, USA

NAICS

Testing Laboratories and Services (541380)

PSC

MEDICAL- LABORATORY TESTING (Q301)
Timeline
    Description

    The Administrative Office of the U.S. Courts (AOUSC) is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to establish National On-Site Drug Testing Laboratories. The contract aims to provide essential equipment, reagents, training, and support for drug testing operations across various federal jurisdictions, including the contiguous United States, Alaska, Hawaii, Puerto Rico, Guam, and the Virgin Islands. This initiative is critical for ensuring reliable and efficient drug testing capabilities for individuals under federal supervision, adhering to legal standards and operational protocols. Interested contractors should refer to the solicitation document USCA25R0183 and submit proposals by the specified deadlines, with inquiries directed to primary contact AJ Lee at aj_lee@ao.uscourts.gov or secondary contact Vanessa Jackson at Vanessa_Jackson@ao.uscourts.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the pricing structure for an Onsite Drug Lab in connection with federal and state Requests for Proposals (RFPs) spanning a ten-year period. It details the unit price and total quantity for various drug testing reagents, including Creatinine, Cocaine Metabolite, Opiates, Amphetamines, and more, across distinct ordering years from 2025 to 2035. Each reagent has a designated clinical identification number (CLIN) and specifies the estimated quantities of tests to be conducted, emphasizing a structured, year-on-year approach to procurement. Notably, all entries display a total price of $0.00, indicating either a placeholder or that cost specifics are yet to be finalized. This document serves as a vital component of the RFP, providing a clear framework for future budgeting and expenditure in drug testing services, while ensuring compliance with relevant regulations and procurement standards. Overall, it highlights the federal commitment to systematic management of drug testing resources over an extensive timeline.
    The document outlines a list of approved on-site laboratories designated for initial setup post-award under the National ONSITE DRUG LAB program (RFP USCA25R0183). It details various drug lab locations across multiple states, specifying the required setup conditions, including space requirements, water accessibility, and testing capabilities. Each entry provides critical information, such as the laboratory's address, available space, instruments necessary for testing (capable of executing various testing rates per hour), and any physical constraints influencing equipment movement or installation. Several sites indicate potential future regional laboratories, emphasizing federal initiatives aimed at enhancing drug testing capabilities within judicial and probationary environments. The document serves to guide federal, state, and local submission processes for laboratory setup as part of public health and law enforcement efforts, supporting adherence to policies related to drug testing and monitoring within the justice system.
    The document outlines the specifications for the Drug Testing Results (DTR) component of the Federal Judiciary’s Probation and Pretrial Case Tracking System (PACTS). The DTR is designed to track drug tests and results for pretrial services and probation offices within the U.S. Court system, featuring an electronic interface with On-Site Testing Laboratories (OTL) for automated result processing. The Federal Judiciary will transition from the legacy PACTS system to a new system called PACTS360, requiring the contractor to support both systems during the implementation phases. The interface utilizes secure file transfer protocols to receive results from the OTL, which create formatted files containing test results, including headers and various record types detailing specifics such as specimen numbers, test results, validity tests, and comments. Key requirements include maintaining a unique filename format, ensuring proper security configurations for data transfer, and establishing a well-structured directory system for multiple districts. The purpose of this specification document is to provide a clear framework for integrating drug testing results into the new PACTS360 system, ensuring a seamless transition while maintaining data integrity and operational continuity. This reflects the government's initiative to enhance accountability and tracking in the judicial system through improved technology.
    This document outlines the requirements for drug laboratory equipment and reagents as part of a Request for Proposals (RFP) for government contractors. It specifies the necessary equipment to conduct drug testing in on-site laboratories, detailing performance requirements based on testing volume, with distinct hourly test rates for laboratories conducting 500 to over 20,000 tests per month. Offerors must confirm their ability to provide equipment that meets these performance standards, as well as the necessary manufacturer support. Additionally, the document outlines the specifications for ready-to-use liquid reagents for testing various drugs of abuse, detailing cutoff levels for each compound including cannabinoids, opiates, amphetamines, and fentanyl among others. Contractors must indicate their capability to meet these reagent requirements. Overall, this document serves as a guideline to ensure that potential contractors can meet the federal standards for drug testing operations across various laboratory settings, highlighting essential equipment and reagent specifications needed for effective performance in drug analysis and public safety.
    This document outlines responses to questions regarding a Request for Proposals (RFP) related to the procurement of laboratory information systems (LIS) for drug testing by the AOC. Key points include the denial of a timeline extension and confirmation that the AOC will not provide historical data to the new vendor, as they can establish the necessary data independently. The document emphasizes mandatory quality control measures, including specific assay requirements that cannot be modified, and stipulates that bidders must submit a single solution and pricing sheet. Maintenance obligations, including preventative service requirements, and the need for self-contained equipment to be operable with provided supplies are clarified. The offeror must also submit liquid reagents ready for use, and while laboratories will conduct urine tests, they are not responsible for urine collection equipment. The document further specifies that contractual details about incumbents can be found in the RFP's Section L. Overall, the content specifies the conditions and requirements essential for compliance in responding to the RFP while ensuring quality and operational consistency.
    The document is an amendment to a solicitation for a contract related to onsite drug testing laboratory services, issued by the Administrative Office of the United States Courts. The amendment, designated as 0001, includes modifications to specific sections of the original solicitation in response to contractor inquiries. The aim is to establish a single-award indefinite delivery/indefinite quantity (IDIQ) contract for various laboratory-related equipment and services across U.S. Probation and Pretrial Services Offices over a seven-year period, from September 1, 2025, to August 31, 2032, with an optional three-year period thereafter. Key elements include provision of newly manufactured testing equipment, reagents, training, and a data management program. The contractor is responsible for installation and maintenance, ensuring compliance with federal regulations on drug testing. Amendments address equipment performance standards, reporting requirements, and quality control protocols. The document specifies deliverables, training expectations, and transition plans for both contract initiation and termination. It emphasizes the need for thorough communication and documentation to ensure clean handovers and maintain operational integrity throughout the contract duration.
    The document outlines a federal Request for Proposals (RFP) for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract aimed at providing on-site drug testing laboratory services for the Administrative Office of the United States Courts. It details the acquisition of equipment, reagents, training, and support necessary for efficient drug testing across various federal jurisdictions. The contract spans seven years, with an optional three-year extension, and encompasses multiple service lines including the establishment of new labs, relocations, and closures. Key components include fixed pricing mechanisms, required equipment specifications, and performance obligations. Contractors must deliver newly manufactured equipment and also provide comprehensive training to laboratory personnel. Quality control measures, reporting requirements, and the responsibilities of both contractor and the government are clearly defined. The document emphasizes adherence to regulations under 18 U.S.C. regarding drug testing for individuals in federal supervision, reinforcing the legal framework guiding these procurement activities. It encapsulates the government's objectives: to ensure reliable, efficient drug testing capabilities while maintaining compliance with safety and operational standards within judiciary facilities.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Second Chance Act Goods and Services
    Administrative Office Of The Us Courts
    The Administrative Office of the U.S. Courts is preparing to procure goods and services under the Second Chance Act, aimed at supporting federal defendants and individuals under supervision. This procurement will utilize Blanket Purchase Agreements and may include a range of services such as cognitive behavioral therapy, job training, transitional housing, and more, with solicitations potentially issued throughout the year based on district needs. The importance of these services lies in their role in facilitating rehabilitation and reintegration into society for individuals under federal supervision. Interested vendors should contact the Chief Probation or Pretrial Services Officer in their respective district for further information and to be placed on a mailing list, with the primary contacts for this opportunity being Ryan Sharp at ryansharp@insp.uscourts.gov and William Ware at williamware@ao.uscourts.gov.
    Grand Jury Court Reporting Services - U.S. Attorneys Office, Northern District of Illinois
    Justice, Department Of
    The U.S. Department of Justice, through the Executive Office for United States Attorneys (EOUSA), is seeking qualified vendors to provide Grand Jury Court Reporting Services for the Northern District of Illinois, specifically in Chicago and Rockford. The procurement involves multiple single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts, with a base period from March 1, 2026, to February 28, 2027, and four option years extending through February 28, 2031. These services are critical for the functioning of the U.S. Attorney's Office, ensuring accurate and timely transcription of Grand Jury proceedings, with specific requirements for security clearances and adherence to strict formatting and delivery standards. Interested parties must submit their quotes by January 6, 2026, and direct any questions to Perla McKay at Perla.McKay@usdoj.gov by December 5, 2025.
    Deposition Court Reporting Services - U.S. Attorneys Office, Northern District of Illinois
    Justice, Department Of
    The Department of Justice, through the Executive Office for United States Attorneys (EOUSA), is soliciting bids for Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for deposition court reporting services for the U.S. Attorney's Office in the Northern District of Illinois, covering both Chicago and Rockford. The contract, which is a total small business set-aside under NAICS code 561492, aims to provide essential court reporting services that support the mission of the U.S. Attorneys as principal litigators, with a performance period from March 1, 2026, to February 28, 2031, including one base year and four option years. Interested parties must be registered in the System for Award Management (SAM) and submit their quotes by January 5, 2025, while questions regarding the solicitation should be directed to Perla McKay by December 5, 2025. The anticipated contract value is approximately $540,619.45 over five years, with a minimum guarantee of $1,000.00 throughout the contract duration.
    AFD National Canine Services for Seized and/or Forfeited Canines for CONUS and OCONUS
    Justice, Department Of
    The U.S. Marshals Service (USMS) is seeking proposals for the National Canine Services contract, which involves comprehensive support for seized and forfeited canines both within the continental United States (CONUS) and outside (OCONUS). The contract requires services such as onsite seizure support, transportation, daily care, veterinary treatment, kenneling, expert witness services, and disposal of canines, ensuring compliance with federal regulations and humane treatment standards. This procurement is critical for the management of animals in USMS custody, with a contract period starting from February 27, 2026, to February 26, 2027, and options extending through August 26, 2031. Interested parties must submit their proposals by December 22, 2025, and can direct inquiries to Christopher Ottie at Christopher.Ottie@usdoj.gov or Eliana York at eliana.york@usdoj.gov.
    RFP - Medical Evaluations and Services
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Medical Evaluations and Services. This contract aims to provide professional occupational health services through a nationwide patient physician network, ensuring medical examinations and related services for current and prospective FBI employees in support of the agency's global mission. The contract will span a base year of 12 months, with four additional option years and a potential six-month extension, emphasizing compliance with federal regulations and security standards. Interested contractors should direct inquiries to Robert Shifflet at rtshifflet@fbi.gov or Robert Bruce at rbruce@fbi.gov, with proposals due by January 14, 2026.
    Q301--Biodesix, Inc. (621 II) (PENDING PROPOSAL)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for reference laboratory services under the Federal Supply Schedule (FSS) program, specifically for medical laboratory testing related to the diagnosis, prevention, or treatment of diseases. The procurement aims to establish contracts for domestic delivery of medical laboratory services, ensuring compliance with all relevant state, federal, and local regulations, including necessary licenses and permits for testing services. This opportunity is critical for enhancing patient care through accurate diagnostic testing, with the expectation that offerors will provide new items only, adhering to FDA regulatory requirements. Interested vendors can contact the FSS Help Desk at Fss.Help@va.gov or call 708-786-7737 for further details, as the solicitation is currently pending and specific deadlines for proposal submissions will be outlined in the official solicitation documents.
    R2 Consultant
    Justice, Department Of
    The Department of Justice, through Federal Prison Industries, Inc. (UNICOR), is seeking proposals from qualified small businesses for a contract titled "R2 Consultant" to provide third-party professional auditing, consultation, training, and Environmental Health and Safety (EH&S) testing services for its Electronics Recycling Business Group Factories located across seven states. The contract will span a base year in 2026 with two option years in 2027 and 2028, focusing on compliance with Responsible Recycling standards, staff training, and various EH&S testing, including air and noise sampling. Proposals are due by January 2, 2026, at 2 PM EST, and must be submitted via email to the primary contact, Wesley Newell, at wesley.newell2@usdoj.gov. Interested vendors should ensure they are registered in the SAM database and adhere to all security requirements associated with the correctional facilities where the work will be performed.
    B--Notice for EPA Laboratory ESAT Regions 04-05
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) is preparing to issue a pre-solicitation notice for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for laboratory services in EPA Regions 4 and 5. This contract will focus on testing laboratories and services, specifically in the area of chemical and biological special studies and analysis. The anticipated solicitation, expected to be released in December 2025 or January 2026, will be unrestricted with no set-aside, allowing for either a single award or multiple awards, with task orders issued non-competitively to the IDIQ awardees. For further inquiries, interested parties can contact Jeffrey Obirek at obirek.jeffrey@epa.gov or call 312-886-9092.
    Legal Services for Unaccompanied Alien Children (UAC)
    Health And Human Services, Department Of
    The Department of Health and Human Services (HHS) is seeking proposals for comprehensive legal services for Unaccompanied Alien Children (UAC) who are currently in or have been released from the care of the Office of Refugee Resettlement (ORR). The objective of this procurement is to ensure that the legal needs of this vulnerable population are met in accordance with federal mandates, including providing legal orientations, consultations, and direct representation for various immigration relief options. This acquisition is critical for safeguarding the legal rights of UAC and is structured as a full and open competition, with a contract duration of one year and four one-year options, emphasizing the importance of scalability and a robust service delivery model. Interested parties must submit their proposals by December 16, 2025, at 2:00 PM Eastern Time, and all inquiries should be directed to Azeb Mengistu at Azeb.Mengistu@hhs.gov or Christopher McGucken at Christopher.McGucken@hhs.gov.
    FY26-28 A45 Psychological fit for duty exam
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service, is soliciting proposals for psychological fit-for-duty evaluations for Deputy U.S. Marshals (DUSMs) for the fiscal years 2026 to 2028. The contractor will be responsible for conducting structured clinical interviews and administering standardized psychological tests to assess the mental and emotional fitness of DUSMs, which is crucial for their performance in high-stress law enforcement roles. This procurement emphasizes the importance of adhering to professional mental health standards and federal regulations, particularly regarding the safeguarding of Personally Identifiable Information (PII). Interested parties must submit their completed quotes to Renee Leaman via email by December 11, 2025, with the procurement due date extended to December 18, 2025, at 11:00 AM EST.