On-Site Drug Lab equipment and reagents

SOL #: USCA26R0001_0000Pre-Solicitation

Overview

Buyer

The Judicial Branch
Administrative Office Of The Us Courts
AOUSC-PROCUREMENT MANAGEMENT DIV
WASHINGTON, DC, 20002, United States

Place of Performance

Washington Navy Yard, DC

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

Laboratory Equipment And Supplies (6640)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 19, 2026
2
Last Updated
Mar 23, 2026
3
Response Deadline
Apr 15, 2026, 6:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Opportunity Overview

The Administrative Office of the U.S. Courts (AOUSC), on behalf of The Judicial Branch, is seeking proposals for a Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract for On-Site Drug Lab equipment and reagents. This opportunity aims to provide automated analyzers, forensic use immunoassay reagents, controls, calibrators, supplies, maintenance, training, water systems, quality control, and a data management system to individual United States Probation and Pretrial Services Offices (USPPSO) located nationwide. The Judiciary is not subject to FAR or small business regulations, therefore, this opportunity is not set aside for small businesses.

Contract Details

  • Contract Type: Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ)
  • Period of Performance: A base ordering period of seven (7) years (April 15, 2026 - April 14, 2033), with an optional ordering period of three (3) years (April 15, 2033 - April 14, 2036), and a final six (6) month optional ordering period (April 15, 2036 - October 14, 2036), totaling up to 10.5 years.
  • Maximum Ordering Ceiling: $24,000,000.00
  • Guaranteed Minimum Obligation: $750.00
  • Place of Performance: Nationwide, including the contiguous United States, Alaska, Hawaii, Puerto Rico, Guam, and the U.S. Virgin Islands.

Scope of Work & Key Requirements

The contractor will be responsible for providing and maintaining all necessary laboratory equipment and services. Key requirements include:

  • Equipment & Reagents: Automated analyzers, ready-to-use liquid forensic use immunoassay reagents for specified drugs (e.g., Cannabinoids, Cocaine Metabolite, Opiates, Fentanyl, Ketamine) at defined cutoff levels, controls, calibrators, and all necessary supplies and consumables. Equipment must meet specific testing volumes (500-20,000+ tests/month) and be manufacturer-supported.
  • Data Management System: A web-based system compatible with proposed analyzers, capable of storing data elements (per Attachment 3), providing hardware/software, comprehensive training, dedicated support, administrative access, on-site modification support, electronic assay results recording, bar-coded specimen reading, 2-hour result transmission, and customized reports. The system must interface with the Federal Judiciary's PACTS DTR component.
  • Services: Installation, relocation, and closure support for laboratories; comprehensive service, technical support, and maintenance for all equipment and water systems; training on equipment, reagents, validity testing, and the data management system; and seamless contract transition.
  • Personnel: Required Key Personnel include a Project Manager, Field Customer Service Representative, and Data Management System Designee.
  • Compliance: Adherence to regulatory requirements (e.g., FDA-approved reagents), IT security policies, and facility access protocols. Offerors must submit current OEM authorization for all proposed equipment.

Submission & Evaluation

  • Proposal Due Date: April 15, 2026, by 6:00 PM ET.
  • Submission Format: Electronic submission in Microsoft Office suite or PDF format, adhering to specific file naming conventions.
  • Proposal Volumes: Technical Proposal, Price Proposal (utilizing Attachment 1 - National Drug Lab Price Sheet), and Terms and Conditions.
  • Evaluation Criteria: Award will be based on the Lowest-Priced Technically Acceptable (LPTA) proposal, considering factors such as Data Management System, Performance of Equipment, Ready-to-use Liquid Reagents, Key Personnel, and Price.
  • Incumbent: Siemens Healthcare Diagnostics, Inc.
  • Contact Information: Primary: AJ Lee (aj_lee@ao.uscourts.gov); Secondary: Vanessa Jackson (Vanessa_Jackson@ao.uscourts.gov).
  • SAM.gov Registration: Interested parties must be registered in SAM.gov prior to contract award.

People

Points of Contact

Vanessa JacksonSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Pre-Solicitation
Posted: Mar 23, 2026
Version 1
Pre-Solicitation
Posted: Feb 19, 2026
View
On-Site Drug Lab equipment and reagents | GovScope