ContractSolicitation

National On-Site Drug Testing Laboratory

ADMINISTRATIVE OFFICE OF THE US COURTS USCA25R0183
Response Deadline
May 8, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

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.

Classification Codes

NAICS Code
541380
Testing Laboratories and Services
PSC Code
Q301
MEDICAL- LABORATORY TESTING

Solicitation Documents

7 Files
USCA25R0183 - National DRUG LAB RFP 4.23 FINAL.pdf
PDF111 KBApr 30, 2025
AI Summary
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.
Attachment 4 - Equipment and Reagent Requirements.pdf
PDF111 KBApr 30, 2025
AI Summary
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.
Attachment 2 - Laboratory locations.xlsx
Excel27 KBApr 30, 2025
AI Summary
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.
USCA25R0183_0001 - National DRUG LAB RFP 4.30.pdf
PDF105 KBApr 30, 2025
AI Summary
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.
Attachment 1 - National Drug Lab Price Sheet.xlsx
Excel25 KBApr 30, 2025
AI Summary
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.
ATTACHMENT 5 - QUESTIONS AND RESPONSE.pdf
PDF95 KBApr 30, 2025
AI Summary
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.
Attachment 3 - Specs for DTR PACTS Interface.pdf
PDF194 KBApr 30, 2025
AI Summary
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.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 23, 2025
amendedAmendment #1Apr 23, 2025
amendedLatest Amendment· Description UpdatedApr 30, 2025
deadlineResponse DeadlineMay 8, 2025
expiryArchive DateNov 30, 2025

Agency Information

Department
ADMINISTRATIVE OFFICE OF THE US COURTS
Sub-Tier
ADMINISTRATIVE OFFICE OF THE US COURTS
Office
AOUSC-PROCUREMENT MANAGEMENT DIV

Point of Contact

Name
AJ Lee

Place of Performance

Washington, District of Columbia, UNITED STATES

Official Sources