U.S. Department of Justice
Federal Bureau of Prisons
FMC Lexington
August 25, 2025
(i) This is a Combined Synopsis/Solicitation for commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
(ii) The solicitation number is 15B10925Q00000045. This solicitation is issued as a Request for Quote (RFQ). Please read it in its entirety.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-05.
(iv) The NAICS for this requirement is 621511, small business size standard is $41,500,000. This requirement is set-aside for small business.
(v) Contractor shall provide 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. Qty 66 and unit measure is monthly for laboratory director on-site consulting services.
(vi) See attached statement of work.
(vii) Provide services at the Federal Medical Center (FMC Lexington) located at 3301 Leestown Road, Lexington, Kentucky, 40511.
(viii) FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.
(ix) FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition.
Award will be made to the responsible Quoter whose quote conforms to the requirements and is determined to provide the best value to the Government, considering the evaluation factors outlined below.
(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.
(x) FAR 52.212-3, Offeror Representations and Certifications – Commercial services, (MAY 2024) (DEVIATION FEB 2025) is applicable.
(xi) FAR 52.212-4, Contract Terms and Conditions – Commercial services, is applicable to this acquisition.
(xii) 52.212-5, Contract Terms and Conditions Required To Implement Statutes or
Executive Orders—Commercial Products and Commercial Services (JAN 2025)
(DEVIATION FEB 2025), applies to this acquisition.
(b)
X (4) 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023) (41 U.S.C. 4712)
X (5) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note).
X (9) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328).
X (12) 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note)
X (18)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644).
X (26)(i) 52.219-28, Postaward Small Business Program Rerepresentation (Jan 2025) (15 U.S.C. 632(a)(2)).
X (31) 52.222-3 Convict Labor (June 2003).
X (32) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2025) (E.O. 13126)
X (36) 52.222-36 Equal Opportunities for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) .
X (39) (i) 52.222-50 Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).
X (47) (i) 52.224-3 Privacy Training (JAN 2017) (5 U.S.C. 552 a).
X (55) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) (E.O. 13513)
X (59) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).
(xiii) The selected Quoter must comply with the additional contract clauses and provisions
- 52.204-7 System for Award Management
- 52.204-16 Commercial and Government Entity Code Reporting
- 2852.212-4 Contract Terms and Conditions, Commercial Items (FAR Deviation)
- 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
- 52.216-18 Ordering (Aug 2020)
- 52.216-19 Full Text Order Limitations (Oct 1995)
- 52.216-21 Full Text Requirements (Oct 1995)
- 52.224-1 Privacy Act Notification
- 52.224-2 Privacy Act
- DOJ-02- Contractor Privacy Requirements (JAN 2022)
- DOJ-03- Personnel Security Requirements For Contractor Employees (Nov 2021)
- DOJ-07- Prohibition On Access By Non-U.S. Citizens To DOJ IT Systems (MAR 2002)
- 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.
(xiv) Not applicable to this solicitation.
(xv) The completed solicitation package must be returned no later than 2:00 p.m. Eastern Standard Time on September 11, 2025.
(xvi) 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-18, and all clauses and provisions.
Quotes MUST be good for 120 calendar days after close.
Please ensure all information requested is included.
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 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.
***Question Submission: Interested quoters must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer (FMC Lexington) to respond. Questions must be submitted by email, no later than September 4, 2025. 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.