Mobile Mammogram Services at FCI Waseca

Project ID: 15B41526Q00000003 FederalOpportunitiesSolicitation
Overview
AgencyField Acquisition Office
Deadline04/14/26
Posted04/10/26
Estimated Value$150,000 - $350,000 (AI estimate)
Set AsideSBA
NAICS621512 - Diagnostic Imaging Centers
PSCQ999 - Medical- Other
LocationWaseca, MN 56093 United States
Description
Primary Latest Change

Posted: April 7, 2026, 1:30 p.m. EDT

Summary (Newest Update)

Background The Federal Bureau of Prisons (BOP) is issuing a solicitation for the provision of Mobile Mammography services at the Federal Correctional Institution (FCI) in Waseca, MN. This contract aims to provide essential health services to the female inmate population, ensuring compliance with medical standards and regulations. The contract will be awarded as a firm fixed price requirements type for one base year plus four option years, emphasizing the importance of these services in maintaining inmate health and well-being. Work Details The contractor will perform on-site mammograms for female inmates at FCI Waseca. Each session is defined as one hour, with an expected provision of eight sessions per day, five days a week, excluding Federal Holidays. Work hours are typically from 7:30 a.m. to 4:00 p.m., with adjustments made as necessary to meet institutional needs. Services include evaluation of patients referred by Health Services staff, performing digital breast screening mammograms, and providing professional interpretations of results. Reports must be delivered within seven days of service. The contractor must ensure that all employees are certified by the FDA under the Mammography Quality Standards Act (MQSA) and accredited by the American College of Radiology. Employees must also possess CPR certification and have graduated from an accredited radiography program. All equipment required for services will be provided by the contractor, who must ensure their employees are free from communicable diseases and comply with institutional security regulations. Place of Performance Services will be performed at the Federal Correctional Institution (FCI) Waseca located at 1000 University Drive Southwest, Waseca, MN 56093.

Current: Posted: April 10, 2026, 8:54 a.m. EDT 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 (Diagnostic Imaging Centers) 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.
Contacts
Contact nameCornelius Daniel
Contact emailc2daniel@bop.gov
Contact phoneNone
Secondary contact nameTracie Peterson
Secondary contact emailtdpeterson@bop.gov
Secondary contact phoneNone
Same Region Opportunities