Closed Solicitation · DEPT OF DEFENSE
AI Summary
The Army Contracting Command is seeking information on the manufacturing and delivery of JBTDS Detector/Collector assemblies, Data Stations, and consumables. This Sources Sought notice invites potential respondents to provide details on production capabilities, timelines, costs, and alternative solutions. The JBTDS system is designed for rapid detection and identification of airborne biological threats.
REQUEST FOR INFORMATION:
DESCRIPTION:
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued.
The Army Contracting Command -Aberdeen Proving Ground (ACC-APG), on behalf of the Joint Program Executive Office for Chemical, Biological, Radiological and Nuclear Defense (JPEO-CBRND), is exploring options for a Contractor to manufacture, package, and deliver JBTDS Detector/Collector assemblies, Data Stations, and consumables that meet the JBTDS Performance Specification (see attachment).
The JBTDS is a lightweight, low-cost, battery operable, system designed to rapidly detect, collect, and identify airborne Biological Warfare Agents (BWAs) which are assessed to pose a threat to the Joint Force. The JBTDS will be a man-portable system that can be carried by one Warfighter. JBTDS will be a modular set of capabilities that can be utilized individually or together to provide an integrated capability set. These capabilities perform the core biological defense functions of biological aerosol detection, collection and identification.
The JBTDS provides three capabilities: Detection-Collection sensor capability, Identification capability, and Data Station (Base Station can be used interchangeably) Communications (DSC) capability. Unless otherwise specified, when the term “JBTDS” is used, it refers to all three capabilities.
The Detection-Collection sensor performs the detection and aerosol collection functions as well as communication with the DSC capability. The detection capability will automatically initiate the collection of a sample if a threat anomaly is sensed in the environment. The Detection-Collection capability includes Meteorological Sensing (MET) and Global Positioning System (GPS) capabilities, operator manuals, and consumable supplies to support a mission. The Detection-Collection sensor will be capable of operating as a stand- alone unit or as part of a remote-controlled array. The Detection-Collection sensor will be able to operate in all environments, be man- portable, and withstand transportation and long-term storage.
The Data Station communications (DSC) capability consists of the necessary software and hardware to remotely monitor and control the Detection-Collection sensor capabilities when interfacing with an IP based radio. The DSC capability software may reside on existing service command control (C2) hardware or a dedicated piece of hardware. When the Detection-Collection sensors are employed as a networked array, the DSC capability will facilitate: maintenance, notification of alerts and alarms, remote control of the Detection-Collection sensor capability, and display their location. The DSC capability will be the operator’s primary interface with the Command and Control systems (JWARN and/or CBRN Sensor Command and Control (CSC2)) which is utilized to inform higher command of a biological attack. The DSC capability includes operator manuals, and consumable supplies to support a mission. The DSC capability will be able to operate in a sheltered field environment, be man portable, and withstand transportation and long-term storage.
The anticipated deliverables for this effort include:
ACC-APG is seeking the following information:
Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are "best" estimates only.
List of attachments:
DISCLAIMER:
THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION AND WILL NOT OTHERWISE PAY FOR THE INFORMATION SOLICITED. This request for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your responses to this Request for Information (RFI) will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this request for information or Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this request for information. The information resulting from this request for information may be included in one or more RFPs, which may be released via the System for Award Management portal.
The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organizations' capabilities. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Although it is highly encouraged, not responding to this RFI does not preclude participation in any future proposal request. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Government and will not be returned. Proprietary, confidential, privileged commercial or financial information submitted in the RFI response should be marked accordingly to ensure appropriate handling and disposition by the Government. No classified information shall be submitted in the RFI response. Only Government personnel will have access to information marked as proprietary.
DUE DATE:
RFI response submissions shall be submitted in writing (electronically via e-mail) to the Point(s) of Contact listed below. RFI response submissions shall be submitted as searchable Adobe Portable Document Format (.pdf) or Microsoft Office 2007 or newer (.docx, .xlsx, etc.). Submission of files in older format (.doc, .xis, etc.) may result in the file(s) being rendered unreadable. The entirety of the RFI response submission email shall not exceed 15MB. The entirety of the RFI response submission shall not exceed 15 pages (Times New Roman font (or similar), size 12). Marketing materials or brochures do not count against the 15-page RFI response limit, but must adhere to the overall email response file size limitations (15MB total) noted above. Failure to adhere to this limitation may result in portions of the response not being received by the Government. Submissions are due no later than 7 days after posting date. All responses shall be submitted via email to both the Primary and Secondary Contracting POCs listed below:
Army Contracting Command -Aberdeen Proving Ground {ACC-APG) Edgewood Division Contracting POCs: Primary POC: Erin Roos, Contract Specialist, erin.c.roos.civ@army.mil Secondary POC: Jemel Hogan, Contracting Officer, jemel.m.hogan.civ@army.mil
JBTDS FRP is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.