DOT awards $5.1M for forensic testing, with $1.4M obligated for initial 30 days of Option Year 2
Contract Overview
Contract Amount: $5,108,000 ($5.1M)
Contractor: Forensic Drug & Alcohol Testing LLC
Awarding Agency: Department of Transportation
Start Date: 2025-10-01
End Date: 2026-02-28
Contract Duration: 150 days
Daily Burn Rate: $34.1K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: ESTABLISH NEW TASK ORDER TO OBLIGATE FUNDING TO OPTION YEAR 2 (FROM OCTOBER 1, 2025, TO SEPTEMBER 30, 2026) AND PROVIDE FUNDING IN THE AMOUNT OF $1,458.000.00 FROM OCTOBER 1, 2025, THRU OCTOBER 31, 2025.
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20590
Plain-Language Summary
Department of Transportation obligated $5.1 million to FORENSIC DRUG & ALCOHOL TESTING LLC for work described as: ESTABLISH NEW TASK ORDER TO OBLIGATE FUNDING TO OPTION YEAR 2 (FROM OCTOBER 1, 2025, TO SEPTEMBER 30, 2026) AND PROVIDE FUNDING IN THE AMOUNT OF $1,458.000.00 FROM OCTOBER 1, 2025, THRU OCTOBER 31, 2025. Key points: 1. Contract focuses on essential forensic drug and alcohol testing services. 2. The award to Forensic Drug & Alcohol Testing LLC indicates a single-award structure for this task order. 3. A short initial funding period suggests potential for future modifications or re-competition. 4. The contract type is Firm Fixed Price, which shifts cost risk to the contractor. 5. Services are geographically concentrated in the District of Columbia. 6. The contract's duration for the obligated amount is notably brief, requiring close monitoring.
Value Assessment
Rating: fair
The obligated amount of $1.46 million for the first month of Option Year 2 appears high when considered on a monthly basis, suggesting a potential need for further justification or benchmarking against similar services. The total value of $5.1 million over the option period warrants a closer look at the unit costs and the overall value proposition compared to market rates for forensic testing. Without specific unit cost data, a definitive value assessment is challenging, but the initial obligation rate raises questions.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' which is a standard competitive procedure. However, the specific details of how many bids were received and evaluated are not provided in the summary data. A full and open competition generally implies a robust process that should lead to competitive pricing, but the absence of bidder numbers prevents a definitive assessment of the competition's intensity.
Taxpayer Impact: A full and open competition suggests that taxpayers benefit from a process designed to solicit the best value from multiple offerors, potentially leading to more cost-effective service delivery.
Public Impact
The Department of Transportation benefits from continued access to critical forensic drug and alcohol testing services. These services are essential for maintaining safety and compliance within the transportation sector. The primary geographic impact is within the District of Columbia, where the services are likely performed. The contract supports specialized personnel required for conducting forensic testing.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- High initial monthly obligation rate requires scrutiny to ensure cost-effectiveness.
- Limited duration of initial funding may indicate potential for contract instability or future adjustments.
- Lack of detailed unit cost data hinders a comprehensive value-for-money assessment.
Positive Signals
- Awarded under full and open competition, suggesting a competitive process.
- Firm Fixed Price contract type transfers cost overrun risk to the contractor.
- Services are critical for maintaining safety and regulatory compliance within the DOT.
Sector Analysis
Forensic drug and alcohol testing is a specialized segment within the broader healthcare services sector, specifically focusing on diagnostic testing. This contract fits within the government's need for regulatory compliance and safety enforcement. Comparable spending benchmarks would typically be found within other federal agencies requiring similar testing protocols for their employees or regulated industries, as well as state and local government contracts.
Small Business Impact
The provided data does not indicate any small business set-aside or subcontracting requirements for this specific task order. Therefore, the direct impact on the small business ecosystem is likely minimal unless the prime contractor utilizes small businesses for support services not detailed here. Further investigation into the contractor's subcontracting plan would be necessary for a complete analysis.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Transportation's contracting officer and program managers. Accountability measures are inherent in the Firm Fixed Price contract type, requiring the contractor to deliver services as specified. Transparency is facilitated through contract databases like FPDS, though detailed performance metrics and IG involvement would depend on specific contract clauses and any identified issues.
Related Government Programs
- Department of Transportation Drug and Alcohol Testing Programs
- Federal Aviation Administration (FAA) Drug Testing
- Federal Motor Carrier Safety Administration (FMCSA) Testing
- Other Federal Agency Health and Safety Services
Risk Flags
- Potential for high monthly cost requires validation against service volume.
- Contract duration for initial funding is short, necessitating close monitoring.
- Limited public data on competition details beyond 'full and open'.
Tags
healthcare, department-of-transportation, district-of-columbia, firm-fixed-price, delivery-order, full-and-open-competition, health-services, drug-testing, alcohol-testing, option-year, immediate-office-of-the-secretary
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $5.1 million to FORENSIC DRUG & ALCOHOL TESTING LLC. ESTABLISH NEW TASK ORDER TO OBLIGATE FUNDING TO OPTION YEAR 2 (FROM OCTOBER 1, 2025, TO SEPTEMBER 30, 2026) AND PROVIDE FUNDING IN THE AMOUNT OF $1,458.000.00 FROM OCTOBER 1, 2025, THRU OCTOBER 31, 2025.
Who is the contractor on this award?
The obligated recipient is FORENSIC DRUG & ALCOHOL TESTING LLC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Immediate Office of the Secretary of Transportation).
What is the total obligated amount?
The obligated amount is $5.1 million.
What is the period of performance?
Start: 2025-10-01. End: 2026-02-28.
What is the historical spending pattern for this specific contract or similar services at the Department of Transportation?
Historical spending data for this specific contract would reveal the total value awarded across previous option years and any modifications. Analyzing this trend can indicate whether the contract value is increasing, decreasing, or remaining stable. For similar services, examining spending across different DOT administrations (e.g., FAA, FMCSA) can provide a broader context. For instance, if the $5.1 million total contract value is consistent with previous years, it suggests a stable demand for these services. However, if it represents a significant increase, it might warrant further investigation into the reasons, such as expanded scope or increased unit prices. Without access to historical data beyond the current award, a precise trend analysis is not possible, but the existence of an option year implies a continuation of services.
How does the per-unit cost of this forensic testing compare to market rates or other federal contracts?
A detailed comparison of per-unit costs is challenging without specific data on the types and quantities of tests performed under this contract. However, the obligated amount of $1.46 million for just one month ($5.1M annual run rate) suggests a potentially high cost if the volume of tests is not commensurate. To benchmark, one would need to identify the specific tests (e.g., urine, hair, blood), the complexity, and the turnaround time required. Comparing these unit costs against publicly available contract awards for similar forensic testing services from other federal agencies (e.g., GSA schedules, other DOT administrations) or even large commercial contracts would provide valuable insights. If the per-unit costs are significantly higher than benchmarks, it could indicate a lack of sufficient competition or an inefficiently priced contract.
What is the track record of Forensic Drug & Alcohol Testing LLC with federal contracts?
Forensic Drug & Alcohol Testing LLC's track record with federal contracts is a key indicator of their reliability and performance. A review of their past federal awards, contract performance evaluations (e.g., CPARS reports), and any history of contract disputes or terminations would be crucial. If the company has a history of successful contract completion, timely delivery, and positive performance reviews, it suggests a lower risk for this current award. Conversely, any past performance issues, such as missed deadlines, quality deficiencies, or financial instability, would raise concerns about the current contract's execution. Understanding their experience specifically with DOT or similar agencies would also be beneficial.
What are the specific risks associated with this contract, and how are they being mitigated?
Potential risks for this contract include the contractor's ability to maintain service quality and timely delivery, especially given the specialized nature of forensic testing. There's also a risk related to cost escalation if the Firm Fixed Price structure doesn't adequately account for unforeseen expenses, though this risk is primarily borne by the contractor. Another risk could be the availability of qualified personnel and laboratory capacity. Mitigation strategies likely involve robust oversight by the contracting officer, clear performance standards outlined in the contract, and regular communication channels. The contractor's past performance record also serves as a risk indicator. The relatively short initial funding period might also suggest a need for close monitoring of performance before full option year funding is committed.
How does this contract align with the Department of Transportation's broader mission and safety initiatives?
This contract directly supports the Department of Transportation's overarching mission to ensure the safety and reliability of the nation's transportation systems. Forensic drug and alcohol testing is a critical component of maintaining a drug-free workplace and ensuring the fitness for duty of personnel in safety-sensitive positions across various transportation modes (e.g., aviation, trucking, rail). By outsourcing these testing services, the DOT can maintain compliance with federal regulations (like those mandated by the Department of Health and Human Services) and uphold safety standards. The continued award of this contract signifies its importance in supporting these safety initiatives and regulatory compliance efforts within the department.
Industry Classification
NAICS: Health Care and Social Assistance › Other Ambulatory Health Care Services › All Other Miscellaneous Ambulatory Health Care Services
Product/Service Code: MEDICAL SERVICES › LABORATORY TESTING SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 14150 PARKEAST CIR, CHANTILLY, VA, 20151
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $17,585,055
Exercised Options: $5,108,000
Current Obligation: $5,108,000
Actual Outlays: $1,215,508
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 693JK423D500002
IDV Type: IDC
Timeline
Start Date: 2025-10-01
Current End Date: 2026-02-28
Potential End Date: 2026-09-30 00:00:00
Last Modified: 2026-04-02
More Contracts from Forensic Drug & Alcohol Testing LLC
- Specimen Collection Services Related to Drug/Alcohol Testing Services Dot-Wide — $8.4M (Department of Transportation)
View all Forensic Drug & Alcohol Testing LLC federal contracts →
Other Department of Transportation Contracts
- Dafis UDO Reconstruct W/O Advance — $3.8B (Lockheed Martin Services, LLC)
- THE Purpose of This Delivery Order Award IS to ADD Funding for FTI Telecommunications Services — $1.9B (Harris Corporation)
- Provide Funding for Clin 302 for Pre-Flight and In-Flight Services. Contract Number Dtfawa-05-C-00031, Lockheed Martin. POP 01/16/08-03/31/08 — $1.9B (Leidos, Inc.)
- Center for Advanced Aviation Development (caasd) Ffrdc Mitre — $1.7B (THE Mitre Corporation)
- Dafis UDO Reconstruct W/O Advance — $1.5B (Harris Corporation)