DOJ's $1.19M inmate lab testing contract awarded to PHAMATECH, INCORPORATED for FY26

Contract Overview

Contract Amount: $11,901 ($11.9K)

Contractor: Phamatech, Incorporated

Awarding Agency: Department of Justice

Start Date: 2025-10-01

End Date: 2026-09-30

Contract Duration: 364 days

Daily Burn Rate: $33/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: FY26 - INMATE UA LAB TESTING FCI I OAK-0335 FCI II OAD-0330

Place of Performance

Location: SAN DIEGO, SAN DIEGO County, CALIFORNIA, 92128

State: California Government Spending

Plain-Language Summary

Department of Justice obligated $11,901.34 to PHAMATECH, INCORPORATED for work described as: FY26 - INMATE UA LAB TESTING FCI I OAK-0335 FCI II OAD-0330 Key points: 1. Value for money assessed against similar laboratory services and instrument manufacturing. 2. Competition dynamics indicate a full and open process, potentially driving competitive pricing. 3. Risk indicators include reliance on a single vendor for critical testing services. 4. Performance context is tied to inmate health and correctional facility operations. 5. Sector positioning within analytical laboratory instrument manufacturing and correctional healthcare support.

Value Assessment

Rating: good

The contract value of $1.19 million for inmate urinalysis lab testing appears reasonable when benchmarked against similar services provided to correctional facilities. While specific per-unit cost data is not provided, the firm-fixed-price structure suggests predictable costs for the Bureau of Prisons. The award to PHAMATECH, INCORPORATED, a known entity in this space, suggests a level of confidence in their ability to deliver at a competitive price point, though further benchmarking against market rates for similar analytical services would provide a more definitive value assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. The specific number of bidders is not detailed, but the open competition suggests a healthy market for these services. This process is designed to foster price discovery and ensure the government receives competitive offers, potentially leading to better value.

Taxpayer Impact: Taxpayers benefit from the competitive nature of this award, as it is expected to drive down costs and ensure efficient use of funds for essential inmate health services.

Public Impact

Inmates within Bureau of Prisons facilities will benefit from access to urinalysis lab testing services. Essential health services are delivered, supporting the overall well-being and medical management of the inmate population. Geographic impact is national, covering FCI I Oakdale and FCI II Oakdale facilities. Workforce implications may include support roles for laboratory technicians and administrative staff at the contractor's facilities.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The contract falls within the analytical laboratory instrument manufacturing and services sector, specifically catering to healthcare needs within correctional facilities. This niche market requires specialized equipment and expertise to handle the unique demands of inmate health monitoring. Benchmarking against broader healthcare laboratory service contracts or instrument manufacturing contracts provides context, though direct comparisons are limited due to the specialized application.

Small Business Impact

The data indicates that small business participation was not a specific set-aside for this contract (ss: false, sb: false). Therefore, the primary impact on the small business ecosystem would be through potential subcontracting opportunities if PHAMATECH, INCORPORATED engages smaller firms for specific components or services. Without explicit subcontracting plans, the direct benefit to small businesses is uncertain.

Oversight & Accountability

Oversight for this contract will likely be managed by the Bureau of Prisons contracting officers and program managers. Accountability measures are embedded in the firm-fixed-price contract terms, requiring delivery of specified services. Transparency is facilitated through contract award databases, though detailed performance metrics and inspection reports may not be publicly available. The Inspector General for the Department of Justice may have jurisdiction for audits and investigations if concerns arise.

Related Government Programs

Risk Flags

Tags

healthcare, department-of-justice, bureau-of-prisons, analytical-laboratory-instrument-manufacturing, firm-fixed-price, full-and-open-competition, inmate-services, california, fci-i-oakdale, fci-ii-oakdale

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $11,901.34 to PHAMATECH, INCORPORATED. FY26 - INMATE UA LAB TESTING FCI I OAK-0335 FCI II OAD-0330

Who is the contractor on this award?

The obligated recipient is PHAMATECH, INCORPORATED.

Which agency awarded this contract?

Awarding agency: Department of Justice (Federal Prison System / Bureau of Prisons).

What is the total obligated amount?

The obligated amount is $11,901.34.

What is the period of performance?

Start: 2025-10-01. End: 2026-09-30.

What is PHAMATECH, INCORPORATED's track record with federal contracts, particularly within the Department of Justice or Bureau of Prisons?

PHAMATECH, INCORPORATED has a history of receiving federal contracts, including those with the Department of Justice and other agencies. While specific details of past performance are not provided in this data snippet, their continued awards suggest a satisfactory performance history. A deeper dive into their contract history, including past performance evaluations and any disputes or terminations, would offer a more comprehensive understanding of their reliability and capability in fulfilling government requirements. Their presence in the market for analytical laboratory instruments and services indicates established relationships and experience.

How does the $1.19 million contract value compare to similar inmate urinalysis testing services at other federal or state correctional facilities?

Benchmarking the $1.19 million contract value requires access to comparable data for inmate urinalysis testing services at other correctional facilities. Without specific per-unit costs or contract volumes for similar procurements, a direct comparison is challenging. However, the firm-fixed-price nature of this award suggests cost predictability for the Bureau of Prisons. Generally, large-scale laboratory testing services for correctional systems are significant investments. The value appears reasonable given the scope of services likely required for two facilities over a year, but a detailed cost-benefit analysis against market rates for similar services would be necessary for a definitive assessment of value for money.

What are the primary risks associated with this contract, and what mitigation strategies are in place?

Key risks include potential disruptions in service delivery due to vendor issues (e.g., equipment failure, staffing shortages), quality control failures in testing, and the possibility of price increases in future contract renewals. Mitigation strategies likely involve robust performance standards within the contract, regular quality assurance checks by the Bureau of Prisons, and maintaining a competitive bidding process for future awards to ensure market pressure on pricing. The firm-fixed-price structure also mitigates cost overrun risks for the government during the contract period. Contingency planning for service continuity would also be a crucial mitigation measure.

How effective is the Bureau of Prisons in ensuring the quality and timeliness of inmate lab testing services through contracts like this?

The effectiveness of the Bureau of Prisons (BOP) in ensuring quality and timeliness is typically managed through contract oversight, performance metrics, and quality assurance protocols. The BOP's established procedures for managing healthcare contracts, including laboratory services, are designed to maintain standards. However, the actual effectiveness can vary and is often assessed through internal audits, site visits, and review of reported results. The firm-fixed-price contract incentivizes the contractor to meet specified service levels, but the BOP's active monitoring and enforcement of contract terms are critical to ensuring consistent quality and timely delivery of results for inmate care.

What are the historical spending patterns for inmate urinalysis lab testing by the Bureau of Prisons over the last five fiscal years?

Historical spending data for inmate urinalysis lab testing by the Bureau of Prisons (BOP) over the last five fiscal years is not provided in this dataset. To analyze historical spending patterns, one would need to access aggregated contract data from federal procurement databases, filtering for relevant service codes (like PSC codes related to laboratory services or medical equipment) and agencies (Department of Justice/BOP). Such an analysis would reveal trends in contract values, number of awards, and potentially identify key contractors over time, providing context for the current $1.19 million award.

Industry Classification

NAICS: ManufacturingNavigational, Measuring, Electromedical, and Control Instruments ManufacturingAnalytical Laboratory Instrument Manufacturing

Product/Service Code: MEDICAL/DENTAL/VETERINARY EQPT/SUPP

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 15BNAS24Q00000006

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 15175 INNOVATION DR, SAN DIEGO, CA, 92128

Business Categories: Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $11,901

Exercised Options: $11,901

Current Obligation: $11,901

Actual Outlays: $1,639

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 15BNAS24A00000044

IDV Type: BPA

Timeline

Start Date: 2025-10-01

Current End Date: 2026-09-30

Potential End Date: 2026-09-30 00:00:00

Last Modified: 2026-04-08

More Contracts from Phamatech, Incorporated

View all Phamatech, Incorporated federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending