RFP Material Testing for Chemical and Biological Threats
ID: W911QY24R0030Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG NATICKNATICK, MA, 01760-5011, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

GENERAL SCIENCE & TECHNOLOGY R&D SVCS; GENERAL SCIENCE & TECHNOLOGY; EXPERIMENTAL DEVELOPMENT (AJ13)
Timeline
    Description

    The Department of Defense, specifically the Army's Combat Capabilities Development Command (DEVCOM), is soliciting proposals for a contract focused on material testing for chemical and biological protective materials. The primary objective is to engage a contractor capable of executing tests and evaluations on fabrics, garments, and protective ensembles against chemical warfare agents and toxic industrial chemicals, utilizing both standard and non-standard test methods. This contract is vital for enhancing the protective capabilities of military personnel, ensuring compliance with rigorous safety and quality standards. The contract will span five years, from October 2024 to September 2029, with a minimum order quantity of $95,000 and a maximum value of $3,035,000. Interested parties should direct inquiries to Lyndon Jagroop at lyndon.s.jagroop.civ@army.mil or Linnea Jones at meri.l.jones.civ@army.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The DD Form 1423-1 outlines the Contract Data Requirements List for government contracts, specifically detailing submissions of Monthly Progress Reports by contractors, as mandated by the Data Acquisition Document DI-MGMT-81928. Contractors are required to submit electronic reports by the 10th calendar day of each month, starting from the month following contract award, which must include comprehensive project updates and relevant financial information. The form specifies various items that need to be filled out, including contract references, submission dates, distribution instructions, and approval signatures. Additionally, it categorizes data items into groups based on their necessity and importance relative to contract performance, defining corresponding estimated costs. This form serves as an essential tool in ensuring accountability and clarity in communication between the government and contractors, facilitating effective project management and oversight in line with federal regulations. The document is structured systematically, guiding government personnel and contractors through completion requirements while ensuring compliance with established standards.
    The document is a DD Form 1423-1, outlining the Contract Data Requirements List for a government contract involving the development of a Technical Data Package (TDP) associated with a developmental testing method. The contractor is required to produce a comprehensive TDP, detailing methodologies, designs, schematics, and any generated data, ensuring reproducibility of the test across time and by different parties. Key deliverables include a draft TDP due 15 days before the completion of work, with a final version submitted at the end of the contract term. The review process involves government feedback and revisions within specified deadlines. The document includes instructions for confirming the adequacy of data items and establishing parameters for pricing and submission frequency. Overall, this form serves as a structured guideline for contractors, establishing clear expectations for documentation, approval processes, and compliance with government specifications in support of the broader objectives linked to federal grants and requests for proposals (RFPs).
    The DD Form 1423-1 is a Contract Data Requirements List (CDRL) utilized in federal contracts to outline specific data items required from contractors. The primary focus of this document is on the preparation and submission of a Final Technical Report pertaining to the General Data Swatch/System Testing IDIQ contract. This report must adhere to the tailored Data Acquisition Document (DI-MISC-80711A) and include extensive details on testing methods, results, and any technical challenges faced during the project. The contractor is responsible for submitting an electronic version of the report, which will be reviewed and accepted by the Government within 30 days of receipt. Payment to the contractor is contingent upon the Government's acceptance of this report. Additionally, the document includes instructions for accurately completing the form, defining categories of data, specifying submission timelines, and noting the approval process. This comprehensive form serves to ensure that essential technical data is provided in a structured manner, facilitating oversight and compliance within federally funded projects, thereby enhancing the efficiency and accountability of government contracts.
    The document is the DD Form 1423-1, a Contract Data Requirements List (CDRL) used by the Department of Defense for managing contract data submissions. It establishes a framework for contractors to report on Government Property (GP) inventory, specifically detailing both Government Furnished Property (GFP) and Contractor Acquired Property (CAP). The contractor must provide an electronic report in .xls or .xlsx format, capturing essential data fields, such as contract number, asset identification numbers, item descriptions, quantities, and property classifications. The form outlines administrative instructions for completion, emphasizing the need for proper documentation by both government personnel and contractors, specifying when reports are due, and the frequency of submissions. Additionally, it categorizes data items based on their purpose and associated costs—essential for transparency in contract management. This form plays a vital role in ensuring compliance and accountability in federal contracting processes, particularly for property management, aligning with RFP frameworks and federal grant standards. The comprehensive nature of this form aids in efficient data collection, management, and oversight, therefore emphasizing its significance in federal procurement and property accountability.
    The document delineates a solicitation for testing services for chemical and biological protective materials as part of an Army contract. The Combat Capabilities Development Command (DEVCOM) seeks a contractor to perform evaluations on fabrics and ensembles designed to protect against chemical warfare agents and toxic industrial chemicals. The contractor must be government-certified and capable of executing standardized and non-standardized test methods under stringent conditions. Key testing areas include ensemble prototype systems, swatch-level testing of chemical warfare simulants, aerosol filtration efficiency, and textile and physical testing. The contract spans five years, from October 2024 to September 2029, focusing on timely delivery of high-quality results, with financial stipulations including a minimum order quantity of $95,000 and a maximum value of $3,035,000. The contractor will receive government-furnished materials and is responsible for reporting on testing outcomes. This solicitation is crucial for advancing materials that enhance protective capabilities for military personnel, ensuring compliance with high safety and quality standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    RFI - MODPROT Collective Protection Liners and Barriers
    Active
    Dept Of Defense
    The US Army is seeking information on chemical/biological protective liners and barriers for the modernization of Collective Protection materials, ahead of an upcoming Innovation Day on 9 October 2024. The Army aims to procure PFAS-free materials, as emerging regulations have impacted the availability of traditional protective textiles. This market research is a crucial step in identifying potential suppliers for the development of these specialized textiles, which are essential for the Army's Collective Protection systems. Interested parties are invited to respond with details of their capabilities and are encouraged to attend the Innovation Day for further discussion. Registration is required for the event, and additional information can be found on the Joint Enterprise Technology Tool website. The Army's preference is for commercially available or developmental fabric composites that meet the specified protection requirements while remaining lightweight. Responses must be submitted by 8 November 2024, with contact details provided for further inquiries.
    2025 CB Warfighter Engagements
    Active
    Dept Of Defense
    The U.S. Department of Defense issues a Request for Information (RFI) to connect with industry and academic innovators. The goal is to accelerate the development of technologies that aid the warfighter in understanding, protecting against, and mitigating chemical, biological, and radiological (CBR) threats. The RFI seeks interest and solutions for three experimental events: Chemical Biological Operational Analysis (CBOA), a Concept Tent exhibition, and the Tenacious Dragon 3 (TD3) Advanced Technology Demonstration. These events, to be held in 2025, will evaluate submissions based on their relevance to CBR defense and the maturity of their designs. The need for robust CBR defense technologies is paramount in military operations, especially in detecting threats, ensuring force protection, and responding rapidly to hazardous incidents. The focus is on enhancing the capabilities of personnel operating in these dangerous environments, with specific attention to real-time detection, diagnostics, protective equipment, and rapid mitigation methods. Interested parties should submit their solutions, focusing on one capability area, by the deadline of December 12th, 2024, with an interim cutoff in September. Submissions require a Vulcan Scout Card and registration on the Vulcan platform, with industry and government affiliates following different guidelines.
    RFI-Transportable Patient Biocontainment, Isolation, and Quarantine Systems
    Active
    Dept Of Defense
    The U.S. Department of Defense seeks innovative solutions for its Joint Project Manager for Chemical, Biological, Radiological, and Nuclear Protection (JPM CBRN Protection) program. The requirement is for transportable biocontainment, isolation, and quarantine (BIQ) systems, or components thereof, to be used across various platforms such as ships, aircraft, wheeled vehicles, and field deployable systems. These systems are crucial in preventing the spread of biological threats and addressing public health emergencies. Modularity, scalability, and compatibility with existing healthcare infrastructure are key attributes the government seeks, along with strict adherence to safety and quality standards. The focus is on finding deployable and sustainable solutions to contain hazardous pathogens, with the potential for multiple system applications across different platforms. An upcoming Innovation Day on October 9th, 2024, will provide an opportunity for interested parties to discuss their technologies and gain a deeper understanding of the government's requirements. Per the request, responses must be submitted via email to Brian Liska at brian.liska@usmc.mil by November 8th, 2024, at 5:00 p.m. EST. The contact email is brian.liska@usmc.mil, and further details can be found on the SAM.gov website.
    International Standards Organization (ISO) / International Electrotechnical Commission (IEC) 17025:2017 Accreditation Renewal Assessment - Chemical Testing
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM) Chemical Biological Center, is seeking proposals for the renewal assessment of laboratory accreditation in accordance with International Standards Organization (ISO) / International Electrotechnical Commission (IEC) 17025:2017 standards for chemical testing. The procurement aims to establish a firm-fixed price contract through a full and open competition, focusing on the contractor's technical approach and relevant experience in conducting similar assessments. This accreditation is crucial for maintaining compliance and demonstrating technical competence in chemical testing, ensuring the laboratory meets international quality standards. Proposals must be submitted by September 25, 2024, with inquiries due by September 20, 2024. Interested parties should contact Jennifer Langrehr at jennifer.b.langrehr.civ@army.mil or Terrijuana P. Veals at terrijuana.p.veals.civ@army.mil for further information.
    RFI - Toxic Industrial Chemical- Vapor Detector (TIC- VD) for the Dismounted Reconnaissance Sets, Kits, and Outfits (DR SKO)
    Active
    Dept Of Defense
    The U.S. Army is exploring the market for toxic industrial chemical vapor detectors to enhance its Dismounted Reconnaissance Sets, Kits, and Outfits (DR SKO). This request for information seeks cutting-edge technologies to improve chemical detection capabilities for defense forces. The focus is on rapid, handheld, and man-portable detection systems that integrate seamlessly into existing setups. Respondents are invited to share their expertise and solutions pertaining to detecting specific chemical vapors within set response times, with audible and visual alerts, while ensuring compatibility with protective gear. The devices must be durable and resilient, able to withstand extreme conditions and electromagnetic interference. Additionally, the Army is interested in data transfer capabilities, connectivity, and the ease of calibration and maintenance. This is a preliminary step for market research; no solicitation or commitment is implied. Responses are voluntary and will not influence future contracting opportunities. For more details, refer to the attached document, with responses due by the deadline specified therein. Contact Valerie Holden-Stewart or Alex M. Schupp for any clarification, keeping in mind that the government is under no obligation to respond or acknowledge information received. The potential funding amount for this initiative is promising, warranting careful consideration by potential respondents.
    BROAD AGENCY ANNOUNCEMENT (BAA) FOR CHEMICAL BIOLOGICAL RADIOLOGICAL NUCLEAR AND EXPLOSIVE (CBRNE) DEFENSE EFFORTS UNDER PROCUREMENT CONTRACTS, COOPERATIVE AGREEMENTS, AND PROTOTYPES UNDER OTHER TRANSACTIONS AGREEMENTS
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command Chemical Biological Center (DEVCOM CBC), is soliciting proposals through a Broad Agency Announcement (BAA) for innovative solutions in chemical, biological, radiological, nuclear, and explosive (CBRNE) defense capabilities. The BAA invites participation from a wide range of eligible sources, including educational institutions, nonprofit organizations, and private industry, to develop technologies such as sensor systems, aerosol technologies, and decontamination methods. This initiative is crucial for enhancing national defense capabilities and ensuring the Joint Warfighters' effectiveness on the battlefield and in homeland defense. Interested parties can submit preproposals at any time, with contact points for inquiries being Marc Lukaszewicz at marc.s.lukaszewicz.civ@army.mil and Lionel Love at lionel.d.love.civ@army.mil.
    CBRND Professional Services HQ Draft Task Order Request
    Active
    Dept Of Defense
    The Department of Defense, through the Joint Program Executive Office for Chemical Biological, Radiological and Nuclear Defense (JPEO-CBRND), is seeking proposals for a draft Task Order Request (TOR) focused on professional services support, specifically in acquisition, business, scientific, and logistics services. This procurement is designated as a total small business set-aside and aims to enhance the capabilities of JPEO-CBRND and the United States Air Force in addressing chemical, biological, radiological, and nuclear (CBRN) threats. The contract, expected to commence in February 2025 and extend through February 2030, will be a hybrid contract with both firm-fixed-price and cost-reimbursable elements, emphasizing compliance with federal acquisition regulations. Interested parties should contact Claire Choi at claire.k.choi.civ@army.mil or Andrew Richard at andrew.j.richard12.civ@army.mil for further details, and proposals must adhere to the outlined requirements in the TOR.
    Detector, Combined C
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the procurement of 300 units of the Combined Detector, NSN 6630-01-013-5279. This solicitation, identified as SPE2DH24Q0116, is a request for quotations for commercial products and services, with a delivery requirement of 90 days after receipt of order (ARO). The detectors are critical for chemical analysis and measurement of electrical signals, underscoring their importance in defense operations. Proposals are due by October 3, 2024, at 3:00 PM EST, and interested parties should contact Zahkiyah Taylor at Zahkiyah.Taylor@dla.mil for further information.
    U.S. Army Dugway Proving Ground Private Industry Testing Event
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE U.S. Army Dugway Proving Ground is seeking private industry organizations to provide chemical/biological warfare agent or simulant testing services through FY2024 and beyond. These services may include laboratory testing, field testing, meteorological testing, and unmanned vehicle/system testing. The selected organizations must have the necessary facilities, resources, and logistical support. Interested organizations should submit their contact information to the U.S. Army Dugway Proving Ground.
    Calibration/Maintenance of Accelerated Solvent Extractors (ASE)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG), Natick Division, is seeking a qualified contractor to provide a full coverage service agreement for two Accelerated Solvent Extractors (ASE) to support the verification testing and development of the vector protective textiles program. The contractor will be responsible for preventative maintenance and corrective repairs on the ASE 350 models, ensuring they remain operational for accurate and repeatable extractions critical to the program's success. Interested parties must demonstrate expertise in laboratory instrumentation maintenance and repair, with responses due by 12:00 pm EST on September 20, 2024, directed to Chris Welsh via email at richard.c.welsh2.civ@army.mil. This opportunity is not a request for proposals, and no solicitation document will be available.