SOLICITATION NOTICE
Q -- FMC Lexington Laboratory Director Services
- Notice Date
- 1/21/2026 10:43:42 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- FMC LEXINGTON LEXINGTON KY 40511 USA
- ZIP Code
- 40511
- Solicitation Number
- 15B10926Q00000004
- Response Due
- 1/30/2026 12:00:00 PM
- Archive Date
- 02/14/2026
- Point of Contact
- Heather Surber, Brett Miracle
- E-Mail Address
-
hsurber@bop.gov, bmiracle@bop.gov
(hsurber@bop.gov, bmiracle@bop.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- U.S. Department of Justice Federal Bureau of Prisons FMC Lexington January 21, 2026 (i) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. Solicitation number 15B10926Q00000004 is issued as a request for quotation (RFQ), for on-site consulting services of a Laboratory Director requirement, in accordance with the statement of work. This acquisition is set-aside for small business concerns. The NAICS for this requirement is 621511 with a small business size of $41,500,000.00. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov. (ii) A list of line-item number(s) and items, quantities, and units of measure (including option(s), if applicable). Contractor shall provide monthly on-site consulting services of a Laboratory Director, in accordance with the standards set by the College of American Pathologists (CAP), for the clinical laboratory located at the Federal Medical Center (FMC) in Lexington, KY. Qty 66 and unit measure is monthly for laboratory director on-site consulting services. Please ensure that ALL line items have a quoted amount to include the six-month option to extend period. See attached statement of work for a full description of the requirement. (iii) Description of requirements for the services to be acquired, including documentation supporting any brand name descriptions (see 12.102). Contractor shall provide monthly on-site consulting services of a Laboratory Director, in accordance with the standards set by the College of American Pathologists (CAP), for the clinical laboratory located at the Federal Medical Center (FMC) in Lexington, KY. The Laboratory Director will provide oversight to ensure the laboratory remains in compliance with applicable federal regulations, accreditation requirements, and the facility�s internal policies and procedures as defined in the statement of work. See attached statement of work for a full description of the requirement. (iv) The period of performance for this requirement will be one base year, plus four 12-month option years, with a six-month extension to extend. On-site Laboratory Director consulting services will be provided at the Federal Medical Center (FMC Lexington) located at 3301 Leestown Road, Lexington, Kentucky, 40511. (v) A list of solicitation provisions that apply to the acquisition (see 12.205(a)). The following provisions are appliable: 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services 52.212-2, Evaluation�Commercial Products and Commercial Services Evaluation factors. The Government will award a single-award contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: (1) Price - The government will evaluate the Quoter�s proposed price to ensure it is fair and reasonable; (2) Past Performance - Past performance information shall include prior experience and similar performances undertaken by the contractor. 52.204-7 System for Award Management�Registration 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2024) 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements�Representation (JAN 2017) 52.225-2 Buy American Certificate 52.240-90?Security Prohibitions and Exclusions�Representations and Certifications (DEC 2023) (vi) A list of contract clauses that apply to the acquisition (see 12.205(b)). 52.212-4, Terms and Conditions�Commercial Products and Commercial Services 52.203-17 Contractor Employee Whistleblower Rights 52.203-19 Prohibition on Requiring Internal Confidentiality Agreements 52.204-13 System for Award Management � Maintenance 52.209-6 Protecting the Government�s Interest When Subcontracting with Debarred/Suspended Contractors 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 Small Business Set-Aside 52.222-3 Convict Labor 52.222-19 Child Labor�Cooperation with Authorities and Remedies 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons 52.224-3 Privacy Training (JAN 2017) (5 U.S.C. 552 a). 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer�System for Award Management 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.216-18- Ordering 52.216-19- Ordering Limitations 52.216-21- Requirements 52.232-18 Availability of Funds 52.232-19 Availability of Funds for the Next Fiscal Year 52.217-8- Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.224-1 Privacy Act Notification 52.224-2 Privacy Act 52.237-7- Indemnification and Medical Liability Insurance DOJ-02- Contractor Privacy Requirements (JAN 2022) DOJ-03- Personnel Security Requirements For Contractor Employees (Nov 2021) DOJ-05- Security of Department Information and Systems DOJ-07- Prohibition On Access By Non-U.S. Citizens To DOJ IT Systems (MAR 2002) DOJ-08 � Continuing Contract Performance During a Pandemic Influenza or Other National Emergency JAR 2852.212-4 Contract Terms and Conditions, Commercial Items 2852.201-70- Contracting Officer's Representative (COR) (NOV 2020) 2852.223-70- Unsafe Conditions Due to the Presence of Hazardous Material The full text of the referenced FAR provisions and clauses may be accessed electronically at www.acquisition.gov/FAR or by Heather Surber, Contract Specialist, by email to hsurber@bop.gov. (vii) The date, time, and place for receipt of offer and point of contact. The completed solicitation package must be returned no later than 3:00 p.m. Eastern Standard Time on January 30th, 2026. Vendors shall submit quotes only to: Heather Surber, Contract Specialist, Email: hsurber@bop.gov. No fax, hand delivered, or mail-in quotes will be accepted. Please be sure to read the solicitation, statement of work, SF-1449, and all clauses and provisions. Quotes MUST be good for 120 calendar days after close. (viii) Any other additional information required by 5.101(c). Any and all information will be posted to the General Services Administration, SAM.Gov website: www.sam.gov. All future information about this acquisition, including amendments, awards and cancellations will also be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation All responsible sources may submit a quotation, as appropriate, which will be considered by the Bureau of Prisons. All vendors must be completely registered in the System for Award Management, http://www.sam.gov prior to award, during performance, and through final payment of any contract resulting from this solicitation. �System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include: �52.222-25, Affirmative Action Compliance, and Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.� ***Question Submission: Interested quoters must submit any questions concerning the solicitation at the earliest time possible to enable FMC Lexington to respond. Questions must be submitted by email, no later than January 26, 2026. If questions are received, an amendment to the solicitation will be posted to sam.gov with a response. The email addresses to send questions to is hsurber@bop.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5d89a60cc87b4f01a7987025411ba5ee/view)
- Place of Performance
- Address: KY 40511, USA
- Zip Code: 40511
- Country: USA
- Zip Code: 40511
- Record
- SN07692151-F 20260123/260121230031 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |