Opportunity

SAM #15B41526Q00000003

Mobile Mammogram Services for FCI Waseca, MN

Buyer

BOP FAO

Posted

April 07, 2026

Respond By

April 14, 2026

Identifier

15B41526Q00000003

NAICS

621512

The Federal Bureau of Prisons (BOP), Field Acquisition Office, is seeking a contractor to provide Mobile Mammogram Services at the Federal Correctional Institution (FCI) Waseca in Minnesota. - Government Buyer: - U.S. Department of Justice, Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas - Scope of Work: - Mobile mammography services for female inmates at FCI Waseca - Includes provision of digital mammography equipment and qualified technician - Professional interpretation and reporting of results required - Quantities and Period of Performance: - Estimated 40 sessions per year - One base year plus four 12-month option years (up to 5 years total) - Requirements: - Contractor must meet FDA and ARRT certifications for equipment and personnel - Compliance with BOP security and health requirements - Set aside for small business concerns under NAICS 621512 - E-Verify and SAM registration required - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Notable Details: - Services must be delivered on-site at FCI Waseca, MN - Firm fixed price, requirements-type contract

Description

The Federal Correctional Institution (FCI) in Waseca, MN, intends to make a single award of a firm fixed price requirements type contract of one base year plus four option years to a responsible entity for the provision of Mobile Mammography services (Equipment and Technician) in accordance with the Statement of Work (SOW) at FCI Waseca, MN. 

Attached is a solicitation package prepared by the Federal Bureau of Prisons (BOP), Field Acquisition Office (FAO), for the provision of Mobile Mammogram Services for the Federal Correctional Institution (FCI) Waseca, MN. This combined synopsis/solicitation package contains all necessary information to submit a quote and is in accordance with FAR Part 12. Please note that quotes are being requested now and a separate solicitation will not be issued.

Solicitation 15B41526Q00000003 is issued as a Request for Quotation (RFQ) and IS set-aside for 100% Total Small Business concerns. The North American Industrial Classification (NAICS) code is 621512 (Funeral Homes and Funeral Services) with a small business size standard of $19.0 million. 

Quoters should consider all information provided herein when submitting quotes. Please carefully follow all instructions located in the solicitation package concerning the content, format and submission of your quotes. Failure to provide all required documentation detailed in Section L, Quote Submission Instructions, of the solicitation document may result in your quote being eliminated from consideration for award.

All potential quoters are advised that this solicitation includes the provision at FAR 52.204-7, System for Award Management (SAM). This provision requires that all quoters doing business with the Federal Government to be registered in the SAM database for “All Awards”. Quoters should include their Unique Entity Identification (UEI) number with their quotes. The Contracting Officer will verify registration in the SAM database prior to award by entering the potential awardees UEI number into the SAM database. Failure to complete the registration procedures outlined in the clause may result in elimination from consideration for award. For the purposes of this solicitation, all quoter’s SAM registration should include NAICS code 621512.

If you have questions regarding the System for Award Management (SAM), Government procurements in general, or need assistance in the preparation of your quote, the APEX Accelerators program may be able to help. The APEX Accelerators was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate an APEX Accelerator near you, go to https://www.apexaccelerators.us/#/contact.

Contractors must comply with FAR 52.222-54, E-Verify Requirements, by enrolling in E-Verify within 30 days of contract award and beginning verification within 90 days of enrollment. Quotes shall be received on or before the deadline specified in Block 8 of the Standard Form (SF) 1449, page 1 of this solicitation. Quotes shall be submitted electronically, via email to c2daniel@bop.gov in pdf format only and will be deemed received at the time indicated on the email notification. Faxed and hand delivered quotes will not be accepted.

THIS IS A NEW REQUIREMENT – Services were in place for this requirement until September 30, 2026. The current incumbent is Park Nicollect Clinic DBA Martinson Dental. The contract was awarded in October 2020, for a base year and four (4), one-year options.

View original listing