To provide equipment, reagents, supplies, a data management program, training and consumables to operate instrumented screening urine testing facilities within the United States.

SOL #: USCA26R0001Solicitation

Overview

Buyer

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

Place of Performance

DC

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

Laboratory Equipment And Supplies (6640)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 25, 2026
2
Last Updated
Apr 3, 2026
3
Submission 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.

Quick Summary

The Judiciary, Administrative Office of the US Courts (AOUSC), is soliciting proposals for a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide equipment, reagents, supplies, data management, training, and consumables for instrumented screening urine testing facilities. These services will support United States Probation and Pretrial Services Offices (USPPSO) nationwide. The contract has a maximum ordering ceiling of $24,000,000.00. Proposals are due April 15, 2026, at 3:00 PM Eastern.

Scope of Work

The contractor shall provide automated analyzers, forensic-use immunoassay reagents, controls, calibrators, and all necessary supplies and consumables to operate urine testing facilities. This includes maintenance, training, water systems, quality control, and a data management system capable of exporting results to all USPPSO laboratories. Key requirements include:

  • Equipping on-site drug testing laboratories with current, manufacturer-supported equipment.
  • Managing laboratory additions, relocations, or removals.
  • Providing qualitative results for all tested drugs and ensuring regulatory compliance.
  • Offering comprehensive service, technical support, and maintenance, with specific response times for repairs and preventive maintenance.
  • Supplying ready-to-use liquid reagents for various drugs at specified cutoff levels, including Creatinine testing.
  • Implementing a web-based data management system compatible with analyzers, providing hardware, software, training, and technical support, and generating required reports. The system must interface with the Federal Judiciary's PACTS system via secure file transfer (sftp).
  • Delivering and installing equipment within 45 business days of the kick-off meeting.
  • Performing services across the Contiguous United States, Alaska, Hawaii, Puerto Rico, Guam, and the U.S. Virgin Islands.

Contract & Timeline

  • Contract Type: Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ).
  • Period of Performance: A seven-year ordering period, with a three-year optional ordering period, and a six-month optional ordering period.
  • Guaranteed Minimum Obligation: $750.00.
  • Maximum Ordering Ceiling: $24,000,000.00.
  • Set-Aside: None. The Judiciary is not subject to FAR or small business regulations for open market procurements.
  • Proposal Due: April 15, 2026, 3:00 PM Eastern.
  • Published: April 3, 2026 (latest amendment).

Evaluation

Award will be based on the lowest-priced technically acceptable proposal. Evaluation factors include the Data Management System, Equipment Performance, Reagents, Key Personnel (Project Manager, Field Customer Service Representative, Data Management System Designee), and Price. Offerors must submit a single proposal, even if presenting multiple technical solutions.

Key Requirements & Notes

  • Offerors must be registered in SAM.gov prior to contract award.
  • The solicitation includes an amendment providing responses to questions and clarifying requirements. Notably, Type II water is acceptable if manufacturer-recommended, lyophilized 6AM reagent is acceptable, and instrument quantity flexibility is allowed for specific high-volume sites (Miami, Chicago, San Juan) if a single instrument meets throughput.
  • Bidders must adhere to the Judiciary's stringent IT security policies outlined in Chapters 3, 5, and 6 of the Guide to Judiciary Policy.
  • The incumbent contractor is Siemens Healthcare Diagnostics, Inc.

People

Points of Contact

Vanessa JacksonSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Apr 3, 2026
Version 1
Solicitation
Posted: Mar 25, 2026
View
To provide equipment, reagents, supplies, a data management program, training and consumables to operate instrumented screening urine testing facilities within the United States. | GovScope